request for proposal for establishment of

202
REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF AUTOMATED CONTINUOUS CLEANING FACILITY ISRO PROPULSION COMPLEX Indian Space Research Organization Department of Space, Government of India Mahendragiri 627 133

Upload: others

Post on 03-Jan-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

AUTOMATED CONTINUOUS CLEANING FACILITY

ISRO PROPULSION COMPLEX

Indian Space Research Organization

Department of Space, Government of India

Mahendragiri 627 133

Page 2: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

1 | P a g e

CONTENTS

S.N Description Page No.

VOLUME-I

1 Introduction 3

2 System Objectives and Configuration – Mechanical system 5

2A System Objectives and Configuration – Instrumentation system

6

3 Location and Lay-out of ACCF 9

4 Scope of work –Mechanical system 10

4A Scope of work – Instrumentation system 18

5 Execution Schedule 40

6 Phase of work 41

7 Warranty 43

8 General Conditions 45

9 Instructions to Bidders 63

10 Price Details- Mechanical system 77

10A Price Details –Instrumentation system 78

VOLUME-II

1A Specification of Mechanical Systems 82

1B Specification of Electrical Systems 115

1C Specification of Electronics Systems 118

2 Fabrication, Erection and Commissioning 176

3 Safety, Reliability and quality assurance 182

4 Documentation 186

5 Sub-Vendor Directory – Mechanical systems 188

5A Sub-Vendor Directory – Instrumentation systems 194

6 Glossary of acronyms, abbreviations and icons 198

7 Annexures

I- Iso-metric equipment layout

Attached Separately

II - Location layout

III- P&I Diagram

IV-System requirements of ACCF

V-List of equipments

VI-Quality Assurance Plan

VII-Scheme of line numbers of fluid circuit.

VIII-Scheme of tag numbers

IX- Different Performa

Page 3: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

2 | P a g e

VOLUME I

AUTOMATED CONTINUOUS CLEANING FACILITY

(ACCF)

Page 4: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

3 | P a g e

1. INTRODUCTION

ISRO Propulsion Complex (IPRC), Indian Space Research Organization (ISRO),

Department of Space, Government of India, Mahendragiri 627133, Tirunelveli

District, Tamil Nadu State, India (herein after referred to as “Department”) intends

to establish Automated Continuous Cleaning Facility at their premises. The facility

is intended to perform the IPA spray cleaning of the test object.

The Department seeks Proposals for Automated Continuous Cleaning

Facility (fluids are IPA and Gaseous Nitrogen) from capable Bidders. The

Department will organize pre-bid meeting on 20/09/2019 with the potential

Bidders after issue of Tender notice, to facilitate proper understanding of the

requirements and assessment of the site conditions. The potential Bidder’s

should participate in the pre-bid meeting. Non-participation of Bidder in the pre-

bid meeting will render their bid invalid.

The Bidders shall submit the bids in 2 parts viz

(i) Techno-commercial (non-priced) bid and

(ii) Price bid.

The Department will initially open the techno-commercial bids(Any price

detail should not be present in this part otherwise bid will be invalid) received to

evaluate the capability of Bidders with regard to the criteria specified in the RFP

and short-list capable bidders. The Department, if necessary at their own discretion,

will organize post-bid techno-commercial meeting with the short-listed Capable

Bidders. The Department will evaluate the techno-commercial bids and identify the

Suitable Bidders whose techno-commercial bids are complaint with the RFP

specification and place them on equal footing. The Department will open the price

bids of the Suitable Bidders only, hold post-bid price discussion, if necessary at their

own discretion, and award the Contract based on the lowest-priced bid.

The execution period reckoned from signing of the Contract to final acceptance

of Automated Continuous Cleaning Facility is 10 months.

Some of the key terminologies used in this document are defined as follows:

“Department” shall mean and include the President of India acting through

the Director, IPRC and any representative(s) of the Department duly

authorized on his/ her behalf.

Page 5: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

4 | P a g e

“Contractor” shall mean the individual or firm or company, whether

incorporated or not, chosen by the Department among the Bidders to this

RFP, undertaking the work and shall include the legal personal

representatives of such individuals or the persons composing such firm or

company or the successors of such firm or company and the permitted

assignee of such individual or firm(s) or company.

“Party” shall mean the signatory to the Contract i.e. Department or

Contractor or both.

“Sub-contractor” shall mean individual or firm or company whom the

Contractor engages for outsourcing certain service(s) related to the Contract.

“Sub-vendor” shall mean individual or firm or company from whom the

Contractor purchases certain material(s) related to the Contract.

“Contract” shall mean the formal agreement to be executed between the

President of India and the Contractor whom the Department may choose

based on the documents forming this RFP and acceptance thereof by the

Contractor and together with the documents as referred to therein including

the specifications, designs, drawings and instructions issued from time to

time by the Department.

“Date of Contract” shall mean the date on which the Contract becomes

effective with signing by all the Parties.

“Site” shall mean the land and or other places at Mahendragiri on which

work is to be executed under the Contract which is to be allotted by the

Department for the purpose of carrying out the work.

“Test object” shall mean the test article which is to be automated continuous

cleaned and is under the scope of Department.

“Material” shall mean all the goods/ items required for realizing and

forming the automated continuous cleaning Facility including raw materials,

semi-finished & finished products & sub-assemblies & assemblies which are

manufactured by the Contractor or their Sub-contractor(s) or bought-out from

their Sub-vendor(s).

“Service” shall mean all the activities performed by the Contractor for

realizing the Automated Continuous cleaning Facility including design,

Page 6: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

5 | P a g e

detail engineering and onsite construction, fabrication, erection &

commissioning.

“Specification” shall mean collectively all technical specification, terms and

conditions contained in this document

“Final acceptance” shall mean acceptance of the entire Automated

Continuous Cleaning Facility by the Department from the Contractor upon

successful completion of all contractual obligations by the Contractor and

commissioning including Performance Test.

“RFP” shall mean this Request for Proposal document

2. SYSTEM OBJECTIVES AND CONFIGURATION-MECHANICAL SYSTEM

The objectives to be complied with by the systems and the configuration to which they are designed are as follows.

2.1. Automated Continuous Cleaning Facility

The overall layout of equipments is given in the isometric layout for the Automated continuous cleaning Facility (ACCF), given in Annexure I. The ACCF is intended for cleaning of test object. It comprises following circuits

IPA circuit. GN2 circuit.

2.1.1. IPA system IPA system is used to clean the test object. Initially, IPA bought in 25L cans is used for filling of 500L container from which IPA will be pumped into the run tank. .Thus, the IPA required for cleaning of test object shall be stored in 3000L capacity run tank. Subsequently, the IPA will be sprayed inside the hardware (test object). The IPA will then be collected and fed back to the run tank for continuous operation of cleaning cycles. This process continues till the particle contamination of the test article achieves certain level i.e. Class 4 of SAE AS 4059

E & for oil contamination is ≤ 3mg/m2. 2.1.2. GN2 system

GN2 stored in 7 nos. of 1 m3 cylinders is regulated to the required low pressure and made to pass through a heater wherein a number of heating coils are placed. Thus, the heated GN2 (323K approximately) is used for

Page 7: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

6 | P a g e

pressurization/compression and depressurization/decompression to remove moisture from IPA cleaned test object. Venting rate is 40 g/s.

GN2 supply from 7 nos of 1 m3 cylinders (already installed at site) will be

used for EP valves command and purging of test object.

2A. SYSTEM OBJECTIVES AND CONFIGURATION - INSTRUMENTATION SYSTEM

The primary objectives of the Automated Continuous cleaning facility are as

below to perform closed loop operations of cleaning facility to facilitate time bound, error free & efficient operation. The proposed instrumentation system is to be built with PLC based controllers with I/O.

a) Instrumentation system

PLC based measurement, Command and control system is designed to meet the

aforementioned process and requirement of the facility and is dealt in this

report. The Instrumentation system caters to the requirement of monitoring,

controlling and recording the various process parameters during cleaning

phases.

PLC based measurement, Command and control system: It does the function of

commanding & controlling of Electro Pneumatic (EP) Valves and Pumps. It is

also required for measuring & monitoring of process parameters such as

Pressure, temperature, flow and level. The analog input parameters are

digitized and digital data are transferred to PC for storage, real time monitoring

and off-line processing.

Configuration

The system is configured using Programmable Logic Control. PLC consists of

main processor and I/O node. The SCADA node or operator station,

Programming node and Data storage node are located in instrumentation room.

SCADA node is used for manual commanding and the valves status is

displayed in mimic, programming node is used for programming and data

storage node is used for data storage and displaying of process parameters. The

fluid system will be shown pictorially using mimic diagrams in SCADA nodes.

Commands are generated manually from SCADA node or through auto

sequencing and communicated to the I/O module. This command signal is

interfaced to electromagnetic relays which are used to drive the solenoid valve

to actuate the E/P valve. For pump control valve operation, the command signal

from PLC is interfaced to isolators and in-turn actuates the pump actuators.

Page 8: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

7 | P a g e

The system is designed to control and acquire all digital and analog

inputs/Outputs with 500 msecond cycle time. However, the system has

provision to acquire at different sampling rates with 500 ms/ 1 s/ 5s resolution

to enable longer duration acquisition. The acquired parameters can be further

processed and viewed in required print format with suitable printing and

averaging intervals. All data are acquired by the PLC and raw data are sent to

the storage node for on-line display and data storage. For data processing

database containing details of all digital/analog channels such as tags,

description, channel address, unit, range, gain, offset, sensor constants will be

created. This database is used for processing and printing of parameters from

the raw data. All the processed data and raw data are stored on DVD as back up

for future reference. The specification of control system is given in Volume-II.

The operator station/SCADA node and data storage node (all in one pc with 24

inch monitor) have Ethernet ports interfaced to programming node through

High speed Ethernet switch in Client-Server configuration. The Programming

node communicates with PLC through switch for data transfer. The SCADA

node have necessary SCADA package for online monitoring of operations and

process parameter in different mimic diagrams. The SCADA package has

necessary standard library and tools for building functional blocks and symbols,

so that mimic page can be developed depending upon the various requirements.

Typical features of PLC based measurement, command and control system

Cycle time 500 msecond

Hardware clock =100 msecond

SCADA based operation

PLC based PID loops

Data Acquisition, Retrieval & Processing

MIMIC updation better than 1 sec

Analog Acquisition : 500 ms /1s/5s

Auto sequence command generation with 500 ms interval

Abort sequence with conditional based logics and Safety Interlocks

The figure-1 gives the configuration diagram for PLC based Control System.

Page 9: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

8 | P a g e

Controller I/O modules

PLC

N/W Switch

Programming Node

SCADA NodeData storage

nodePrinter

Isolator Barrier

Isolator Barrier

Isolator Barrier

Isolator Barrier

Pr. & Level Tx.

Temp Tx. Flow Tx. Guided wave radar based Level sensor

Temp. Sensor

Flowmeter

Relay Status Barrier

Relay Status Barrier

E/P Valve Pump Control

MEASUREMENT SYSTEM CONTROL SYSTEM

Figure-1: Configuration diagram for PLC based measurement, command and control system

Measurement system

The measurements cater to the requirement of measuring, monitoring

and recording the facility fluid system parameters like pressure, level,

temperature and flow. These parameters should also be viewed in the

instrumentation room. Field element of the entire Automated Continuous

Cleaning Facility Instrumentation system is given in table-1.

Total quantity indicated in the price format includes spares apart from the

above requirements.

Table-1: Automated Continuous Cleaning Facility Instrumentation

Requirements

SL. No. Description Quantity (Nos.)

1. E /P Valve 5

2. Pump monitoring and control for 2 pumps

3. Pressure Transmitter 16 AP-13 nos. & DP-3nos.)

4. Guided wave radar based non-

contactable level sensor

1

5. Temperature 5 (RTD Probe-2nos. &

Surface RTD-3 nos.)

6. Flow 2

Page 10: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

9 | P a g e

3. LOCATION AND LAY-OUT OF ACCF

3.1 Geographical location of Mahendragiri

Mahendragiri is situated in Tirunelveli district, Tamil Nadu state, India. The nearest major town is Nagercoil, which is 25 km southward and another town called Valliyoor, which is 15 km northward. It is aside the Kanyakumari- Madurai National Highway (NH 7) at a distance of 25 km northward from Kanyakumari.

The nearest international airport is at Thiruvananthapuram (Trivandrum)

in Kerala state, which is 90 km away in south-west direction. The nearest seaport is at Thoothukudi (Tuticorin), which is 100 km away in north-east direction. The seaport at Chennai (Madras) is 600 km northward.

3.2 Layout of Automated Continuous Cleaning

The Automated Continuous Cleaning Facility is about 1.5 km from the Main gate of IPRC. The location layout (given in Annexure II) gives the relative location of facility w.r.t. nearby buildings.

The hardware will be housed in the cleaning bay of existing Surface

Cleaning Facility in respective CUS and C25 bays. The filtration circuit is placed behind the CUS cleaning bay. The regulation circuit is located behind the C25 cleaning bay. The Automated Continuous Cleaning Facility will be provided with a proper shed on column supports. The Control system is located behind the IPA Storage Room of Cryo Surface Cleaning Facility.

The GN2 high pressure cylinders are to be installed on a trailer besides

the C25 bay of Cryo Surface Cleaning Facility at a height of 0.5m (approx). The GN2 control components shall be placed outside the continuous cleaning bay. Necessary openings on the wall are to be made by contractor for laying out the pipelines and cables.

3.3 Climatic conditions

The climatic condition at Mahendragiri is tropical and windy .Normal monsoon period is June-July and October-November. The Climatologically data for Mahendragiri is as follows: Rainfall

Maximum daily rainfall : 50 mm

Maximum monthly rainfall : 120 mm

Average annual rainfall : 550 mm

Page 11: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

10 | P a g e

Temperature

Maximum temperature in shade : 311 K

Minimum temperature : 293 K

Humidity

Maximum relative humidity : 80%

Minimum relative humidity : 25%

Type of climate : Tropical

4. SCOPE OF WORK-MECHANICAL SYSTEM

The scope of the work and the demarcation of responsibilities between the department and the contractor in the realization of fluid servicing system for Automated Continuous Cleaning Facility are given in this section.

4.1 Scope of services by the department

In order to realize the Fluid servicing system for ACCF, the department

will provide the following services. 4.1.1 Configuration of the FSS

The preliminary design of the system has been done by the department. Process and Instrumentation Diagram (Ref ANNEXURE-III) with the specifications of the fluid circuit components (Ref section 1, Vol.II) are given in this document along with the specification of the system requirements (ANNEXURE-IV).

The list of equipments is given in ANNEXURE-V. These details are

considered adequate for price estimation. Upon award of the contract, the

Department will furnish the design document for review by the Contractor.

The department will convene a design review meeting after awarding the

contract.

4.1.2 Preliminary layout drawings

The department has made a preliminary isometric layout drawing of the fluid service system (Annexure-I). The Updation of the above can be done according to the site condition and fabrication easiness.

Page 12: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

11 | P a g e

4.1.3 Review of detail engineering

Upon award of the contract and after design review, the contractor shall carry out detail engineering. The scope of work to be done by the contractor under detail engineering is given in section 4.2.2.The department will review the detail engineering done by the contractor.

4.1.4 Major civil works

The Department will provide the following major civil works:

Approach roads. ACCF Buildings, fluid servicing area & control room

4.1.5 Services during erection and commissioning

During erection and commissioning, the Department will provide the following services:

Electricity for onsite erection on chargeable basis at the tariff rate prevailing at the time of consumption (existing tariff rate is Rs. 8/kWhr).

Process fluids such as IPA and GN2 for commissioning at free of cost.

4.2. Scope of work by contractor

The scope of work to be done by the contractor for the realization of FSS is given in this section. The bidder shall submit a complete bid for the entire works mentioned herein as per the formats specified. 4.2.1 Design review

As stated in section 4.1.2/volume-I, the P&ID is given in this document. Upon award of the contract, the Department will submit, to the contractor, the design document with detailed calculations and the sizing of the fluid circuits comprising the pipe-lines, flow components, instruments, etc. The Department will organize a design review meeting in which the contractor’s representative(s) shall participate.

The objective of the design review is to arrive at a consensus between the department and the contractor on the design of FSS and to freeze the input data for the detail engineering to be done by the contractor.

However, in case of dispute between the department and the contractor, the details of fluid circuits, comprising flow components, instruments, etc, specified in the contract shall be final.

Page 13: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

12 | P a g e

The design calculations are based on the codes/ standards mentioned in various sections of this document. In case the contractor prefers to employ alternative codes/ standards, the Department may agree, provided that the sizes of the fluid circuits chosen as per the alternative codes/ standards are equal to or the next higher standard ones than those specified in the contract. In such case where the contractor employs alternative codes/ standards, it shall be their responsibility to submit a copy of such codes/ standards in English language to the Department during design review. The design review shall primarily address the following issues:

Design of P&IDs to comply with specified functional requirements Adequacy of the sizes of fluid circuits, comprising pipe-lines, flow

components, instruments, etc to comply with the specified process parameters and operations.

Adequacy of the in-built safety features

4.2.2 Detail engineering

Based on the approved design evolved during design review, the contractor shall carry out detail engineering, which shall comprise the following:

a. Design of joints: The drawings of conventional, standard, removable

joints (threaded unions, flanges, etc.,) along with the seals (gaskets, O-rings, etc) and the edge preparation details of welded joints shall be provided.

b. Pipe-line lay-out: The detail lay-out (top view) drawings (indicating

skeletal dimensions and to scale) of the pipe-lines of the process fluid circuits shown in the P&IDs shall be provided. Pipe line layout shall be prepared in such a way that dead volume shall be kept as minimum as possible and the details of dead volume & their effects shall be presented during review.

c. For the sake of better legibility, segmental pipe-line lay-out drawings

shall be made in convenient numbers of segments of any area showing all the pipe-lines in a magnified scale. The drawings shall be made on appropriate software and provided in compact discs (CDs) along with one hard copy.

d. Pipe-line isometrics: The 3-dimensional isometric drawings of the

individual pipe-line segments shall be made along with clamping details. The drawings shall be fully dimensioned (not to scale) and show the locations of fittings, flow components, instruments, pipe supports, etc.

Page 14: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

13 | P a g e

Each isometric drawing shall contain the detailed Bill Of Materials (BOM). The drawings shall be made on appropriate software and provided in compact discs (CDs) along with one hard copy.

e. Estimation of pressure drop based on the pipe-line lay-out and isometric

drawings.

f. The detailed Quality Assurance Plan (QAP) for the materials such as pipes, pipe fittings, flow components, instruments, etc., fabrication erection and commissioning shall be provided.

g. Detailed procedure and acceptance criteria for fabrication, erection and

commissioning.

h. The purchase specification of the materials such as flow components, instruments, pipes, pipe fittings, etc shall be provided.

i. The list of sub-contractors (along with their company profile, technical

catalogues, etc) from whom the contractor has finalized to purchase the materials such as, flow components, instruments, pipes, pipe fittings, etc shall be provided.

j. The list of spares to be supplied shall be provided. The guidelines for

selection of spares are given in section 4.2.5. The contractor shall organize the Detail Engineering Review (DER)

meeting at their office/factory, in which the Department’s representative(s) will participate. 4.2.3 Selection of sub-contractors

The sub-contractors, who, in the opinion of the Department, are competent enough to supply the materials required for FSS are given in the directory in section 5/volume-II.

Upon award of the contract, during Detail engineering review, the contractor shall submit the list of sub-contractors with whom they have finalized to purchase the materials and services. This list of sub-contractors along with the purchase specification is subject to review by the department.

Nevertheless, the department’s proposal or approval of sub-contractor

shall not absolve the contractor’s responsibility to comply with the obligations of the contract.

Page 15: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

14 | P a g e

4.2.4. Purchase of materials

All the materials such as equipments, flow components, instruments,

pipes, pipe fittings are to be purchased by the Contractor. The general

specifications of the systems are given in Section 1/volume-II. The detailed

purchase specifications for the individual items of materials to be purchased

shall be made by the Contractor. The purchase specifications of such materials

and the sub-contractors from whom such materials are to be purchased are

subject to review by the Department.

4.2.5. Supply of spares The following spare shall be supplied along with FSS. The break-up

prices of the spares shall be given in the bid separately.

a. Spare components: Spare components shall be supplied as fully assembled (wherever applicable) stand-alone pieces. SS pipes shall be given 20% extra as spares and spare for flow components as given in Annexure V. These components are meant to be stored in the department’s inventory for facilitating future augmentation (not under the scope of the contractor) so as to comply with unforeseen requirements in future. These components shall also be subject to the same tests specified for the like components in the contract.

b. Spare parts and consumables for erection and commissioning: For the

materials used in the realization of FSS, contractor shall also supply the spare parts (like seat insert, body gasket, gland packing, plug stem assembly etc., for valves) and consumables like gaskets, PTFE tapes, etc, used during erection and commissioning.

4.2.6 Fabrication

The system shall be fabricated at the contractor’s factory to such an extent that they can be transported by rail or road. The system shall be divided in to different segments for this purpose. The remaining fabrication works shall be carried out at department’s site. All the consumables, tools, tackles, etc required for fabrication shall be arranged by the contractor. 4.2.7. Inspection

All the bought-out materials and the works during fabrication at the contractor’s factory shall be inspected by reputed third party inspection agency (TPI) like Lloyds, BV, TUV and inspection during fabrication & erection at the department’s site shall be done by department’s representative(s).

Page 16: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

15 | P a g e

The broad scope of inspection shall be as follows. However, the detailed

scope of inspection as given in the QAP (ANNEXURE-VI). a. Review of the fabrication drawing. b. Identification of the materials such as equipments, flow components,

instruments, pipes, pipe fittings. etc., and review of the test and calibration certificates, for compliance with the contract specification.

c. Witnessing of welding procedure qualification and welder’s performance

qualification tests. If the welders already possess the performance certificate, the TPI agency shall review and authorize the same.

d. Review of X-ray films of Radio-graphic tests for possible defects in the

weld joints. e. Inspection at any stage of fabrication to ensure that the methodology

employed for fabrication is in compliance with the requirements of standards/codes, practices, contract specification and the approved documents.

f. Witnessing of pressure test, leak test and cleanliness test of the system

during fabrication and erection.

It shall be the contractor’s responsibility to arrange for and co-ordinate with the TPI agency. TPI cost should be included in the basic price.

Upon completion of fabrication, the contractor shall provide the clearance

certificate signed by TPI agency. Upon satisfactory review of the test certificates and inspection reports of fabrication by TPI agency, the department will accord the shipment clearance. 4.2.8. Transportation

The fabricated system shall be properly packed and transported to the department’s site at Mahendragiri. The prices towards packing, handling, freight, insurance, clearance, etc are to be paid by the contractor and the details should be given in the bid. Upon receipt of the department’s site, It shall be the contractor’s responsibility to unload the materials/ fabricated system and to construct temporary sheds/ buildings for proper storage of the material /fabricated system to protect from the vagaries of nature.

Page 17: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

16 | P a g e

Imported items

The Contractor shall provide the list of items with cost break up to be imported. Custom Duty Exemption Certificate (CDEC) for availing concessional custom duty as per notification no. 5/2018 dated 25/01/2018 shall be provided by the Department only for items consigned to IPRC Mahendragiri against invoice submitted by the Contractor and concessional IGST as against notification no. 47/2017. Necessary exemption certificates shall be issued by IPRC as and when required. The Contractor shall be responsible for transportation of items from their factory’s site to Chennai seaport/Trivandrum airport. The Contractor shall be responsible for customs clearance and transportation of consignment from seaport/airport to IPRC, Mahendragiri.

4.2.8.1 PACKING

The Contactor shall pack the control system and its accessories and make

the identification names at the top of each pack with order/contract no.

Phytosanitary certificate: As per “Plant Quarantine (Regulation of Control into India) Order 2003”, articles packed with packaging material of plant origin viz. hay, straw, wood shavings, wood chips, saw dust, wood waste, wooden pallets, dunnage mats, wooden packages, coir pith, peat or sphagnum moss, etc. will be allowed entry by Customs (Department of India) only with a “Phytosanitary certificate”. Therefore, the Prime Contractor shall ensure that the consignment is accompanied by such a certificated issued by the Plant Quarantine authority in the country of origin; if any of the above-mentioned packaging material is used. In case of delay/denial in customs clearance (in India), the entire responsibility including additional expenditure shall solely rest with the prime contractor. 4.2.9. Erection

The system is to be erected by the contractor at the department’s site. The detailed specification for erection is given in section 2.2/volume-II.

The works done by the contractor during erection shall be inspected by department’s representative(s). The erection shall also include unloading, storage, cleaning & testing, minor civil & structural works (for grouting of equipments, pipe supports, cable trench, etc) and also the instrumentation system up to CTR.

The contractor shall arrange for constructing temporary sheds/buildings for storing materials, erection equipments, tools & tackles, site office, etc. The contractor’s personnel shall not be permitted to reside inside the department’s premises after the work. The contractor shall arrange for transportation, accommodation, food, health care, communication, etc for their personnel.

Page 18: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

17 | P a g e

Also during erection works at department site, the department reserves

the right to stop the work temporarily at any time in view of ongoing activities being carried out and the same will be communicated to the contractor at least one week advance. 4.2.10 Commissioning

The Fluid Servicing system of ACCF shall be commissioned jointly by the department and the contractor in 2 phases as follows:

Qualification test to validate the individual sub-systems in static (non-flow) condition with IPA and GN2 for respective systems where ever applicable.

Final acceptance test to validate the entire system in dynamic (flow) condition with IPA and GN2 where ever applicable.

4.2.11. Documentation

4.2.11.1 The Contractor shall submit the relevant documents during different

phases of the Contract as per the details given Sl. 4.2.2, Volume –I of this

RFP document for the respective systems. The documents are subject to

review by the Department. However, the Department’s approval shall not

absolve the Contractor of their responsibility to comply with the

specifications and obligations of the Contract.

4.2.11.2 All the documents shall be provided in English language only. In

the event that the documents by the Sub-contractors/ Sub-vendors are in

some other language, it shall be the Contractor’s responsibility to translate

them to English language.

4.2.11.3 The documents shall be provided in 1 hard print and in electronic

form (soft copy) in CD-ROM or DVD-ROM or through email.

4.2.11.4 Master Documentation: During final acceptance of ACCF, the

Contractor shall provide a consolidated repository of the latest versions/

revisions of all the documents generated/ used during the course of entire

contract execution. The documents shall be in electronic form on a common

platform from which any document shall be retrievable through user-

friendly front-end interface software. The platform and software shall be

compatible for installing in any computer or server of the Department.

Page 19: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

18 | P a g e

4.2.11.5 The Master documentation shall be exhaustive covering, but not

limited to, Contract & amendment (if any), FEED review report, Risk

analysis report, detail engineering documents & review reports, purchase

orders, general arrangement drawings of equipments, flow components &

instruments, pre-delivery inspection & test documents, invoices,

manufacturer’s instruction manuals for installation, operation, maintenance

& trouble-shooting, guarantee/ warranty certificates, construction/ erection

test & inspection documents, commissioning reports, PVTR execution report,

standard operating procedures, final acceptance certificate, minutes of

meetings, schedule charts, payment reconciliation statement, inventory of

spares with proper identification number correlating to their location in the

appropriate place, etc.

4.2.11.6 The following documents to be supplied for instrumentation system

4A. SCOPE OF WORK-INSTRUMENTATION SYSTEM

The scope of contractor for instrumentation system is briefed below

1) Detailed Engineering

2) Procurement of all items related to system realization by vendor.

3) Integration of hardware & Installation of all required software and Factory Acceptance Test (FAT) for control system.

4) Shipment of items to Department site and inward inspection of items at Department site.

As built version of all documents submitted during detailed engineering.

Software Diagnostic details

Software requirement document as per ISPD-2 (Template will be provided by department during detailed engineering)

Software design document (Flow Chart, Source code etc.) ISPD-2 (Template will be provided by department during detailed engineering)

Software Configuration Manual

Installation Manual for all Software

Installation Manual for Hardware

Operating Manual for Hardware and Software

Maintenance Manual for Hardware and Software

Page 20: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

19 | P a g e

5) Installation and commissioning of the system at Department site. Site Acceptance Test (SAT) for control system. Training at Department site

6) Operation and Maintenance support for a period of two years after SAT.

7) Annual Maintenance contract (non-comprehensive) for a period of three years.

4A.1 DETAILED ENGINEERING

a) The detailed engineering shall be done on the basis of finally agreed

control philosophy and Input/output List.

b) The following detailed engineering documents shall be provided

Finalized System Architecture and detailed configuration diagram

including all subsystems.

The specification/detailed catalogue of hardware, system software and

other packages proposed.

Selection of all major equipment including model matrix and sizing

sheets with supporting documents like latest catalogues.

The quantity and model/version number of hardware & software.

Instrument/equipment erection diagram, mounting procedure, cable

termination and ferruling details

Cable &Cable tray routing layout diagram

Pneumatic/Impulse tubes routing diagram

General assembly drawing of control system equipments in suitable

industrial standard rack for the integration.

Rack wiring & termination detail.

Networking scheme in cable terminal room & control room as per

configuration drawing using suitable network equipments and cables

with required drawing.

Power distribution schematic for control system and instrumentation

system.

Site requirement in terms of electrical power and space to the

Department.

Finalized FAT & SAT Procedures.

Software Life cycle model followed for software development.

Page 21: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

20 | P a g e

c) Supplier shall provide one copy of detailed engineering document in Hard

& Soft form to the purchaser for review and approval.

d) The soft copy shall be in editable version so as to enable modification in

future.

e) Only the purchaser approved document shall be followed for all further

commissioning activities.

4A.2 PROCUREMENT OF ALL ITEMS RELATED TO INSTRUMENTATION SYSTEM REALIZATION BY VENDOR.

All control, command and measurement system materials which are

required to meet the entire system requirement shall be supplied by

the vendor.

The procurement shall be made as per final approved specifications &

configuration decided during detailed Engineering.

The specification of the items which are not covered in this annexure

will be finalized and approved by the purchaser during detailed

engineering phase.

Detailed specifications of the above parameters are given in Volume-II.

4A.3 INTEGRATION OF HARDWARE & INSTALLATION OF ALL REQUIRED SOFTWARE AND FACTORY ACCEPTANCE TEST (FAT) FOR CONTROL SYSTEM

The system hardware shall be assembled and integrated as per

approved detailed engineering documents. The required

software shall be loaded.

Any software customization required to meet the specification

requirement shall be done in discussion with Department.

The control system as a whole shall be made ready at vendor’s

site for Factory Acceptance test.

4A.3.1 FACTORY ACCEPTANCE TEST (FAT)

After detailed engineering, custom software generation and loading,

the whole system simulation will be subjected to full functional test on

simulation basis of all inputs and outputs at vendor’s site before

shipment.

Therefore, the whole system will be completely assembled, wired and

staged for inspection and conducting the simulation test of 100% I/Os

as per FAT approved procedure during detailed engineering.

Page 22: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

21 | P a g e

Software document in line with ISRO standard (ISPD-2). Necessary

template for preparing the document shall be provided by the

department.

4A.4 SHIPMENT OF ITEMS TO DEPARTMENT SITE AND INWARD INSPECTION OF ITEMS AT DEPARTMENT SITE

After completion and acceptance of FAT, the whole control system package

and all material required for erection and commissioning shall be shipped

to Department site. Import items shall be delivered at C&F Trivandrum.

Indigenous item delivery point shall be FOR, Mahendragiri.

The packing cases shall be optimized in order to minimize the transport

costs.

A copy of instruction manuals for installation, operation & maintenance

shall be included in the cases.

Mobile parts inside the equipment shall be fixed tightly to the structure.

Special protection shall be used for fragile goods.

Particularly delicate items shall be further protected from shocks to

guarantee perfect stability during transport, by means of foam, rubber or

other similar materials.

Closed airtight polythene bags containing silica gel or other moisture

absorbents shall be used.

4A.5 INSTALLATION & COMMISSIONING OF THE SYSTEM AT DEPARTMENT SITE

This includes following and other activities related to

1. Positioning of shipped items at instrumentation room and cleaning

facility room.

2. Identification & verification of all individual components

3. Installation, erection and commissioning of PLC based

measurement, command and control system.

4A.5.1 Positioning

Vendor’s responsibility at site shall include the following activities

necessary to be performed to complete the job satisfactorily.

Transport of system from site stores to actual location.

Page 23: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

22 | P a g e

The Vendor shall be responsible for lifting, transportation and safe

custody of the equipment until completion of its installation and

acceptance by Purchaser’s representative.

Copies of instructions/manuals shall be handed over to the

purchaser’s Engineer.

I/O nodes, Control system, command system, measurement system

and Programming, SCADA & Storage nodes shall be positioned in

instrumentation room.

Control system equipment shall be located such that it is easy to

approach for operation and maintenance.

Instrumentation rack, Junction box, cables, cable trays, cable lying

from cleaning facility to instrumentation rack shall be scope of

Vendor.

4A.5.2 Identification & verification

Unpacking the system and inspection of the same for damages.

All equipments shall be inspected thoroughly by vendor for

completeness and proper functioning. Vendor must initiate the

remedial action to replace the faulty equipment or item with

intimation to Purchaser.

Each individual component (e.g. input/output modules, switch, etc.)

shall be identified by part/model number and serial number. The

documentation shall reflect these identification marks.

Racks / enclosures shall be labeled in front and rear for easy

identification.

All internal & inter-cabinet wiring shall be ferruled with permanent

markers bearing identifications that can be cross referenced with

appropriate documentation. Colored ferrules shall be used with

proper coding philosophy. Tag plate shall be provided for the cable

no. identification on the top of the related terminal strip in the

cabinet. Cross ferruling shall be done.

4A.5.3 Installation, erection and commissioning of PLC based measurement, command and control system.

Best engineering practices shall be followed to maintain high

standard of workmanship & quality in a neat and safe manner.

Page 24: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

23 | P a g e

Installation to be carried out as per approved detailed engineering

document.

All equipments, instruments, tools & materials required to carry out

the work shall be brought by the Vendor.

4A.5.3.1 Installation of control system

The control system shall be positioned.

Laying and termination of all inter panel earthing cables.

Ensure the correctness of control system hardware integration.

Ensure the loading of necessary software like system software,

application software etc.

The control system shall be powered ON.

4A.5.3.2 Functional checking of the control system

Vendor shall be responsible for loop checking which shall include

checking of the configuration, network interconnection from node to

PLC, I/O module to control system rack termination end and

ensuring over all system functioning.

Loop checking shall be carried out to check the functional

performance of all elements in the loop and thereby ensuring proper

functioning.

Inter system (control system functional check with field devices)

panel loop checking shall be carried out along with purchaser.

After completion of all functional tests as per specification, the

whole work shall be subjected to final inspection to ensure that start-

up trial can be commenced in the presence of Department Engineer.

If any defect is noticed, the Vendor shall arrange to rectify the

defects noticed.

4A.5.3.3 Erection and commissioning.

GENERAL INSTRUCTIONS

4A.5.3.3a Tools for erection and commissioning

The contractor shall bring necessary tools required for erection &

commissioning of the instruments & components and an instrument

work shop shall be made ready at the erection site.

Page 25: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

24 | P a g e

Erection & commissioning works shall be carried out strictly according

to the specifications stipulated in the contract, documents/drawings

approved by department during detailed engineering. Also it shall be

carried out as per the supervision of the department’s representative.

The Contractor shall provide and maintain a formal system for

documenting technical clarification from the Department.

Only correctly signed documents which are marked “Approved for

Construction” (AFC) shall be used for installation work.

Only the best trade practices and correct tools shall be used and all

works are expected to be completed in a neat and safe manner.

Welding shall be done only by qualified personnel.

Electrical installation shall only be performed by appropriate qualified

trade persons.

Holes shall be drilled or punched and not burnt out by gas torches or

electric arcs.

Piping and tubing shall be formed with the appropriate pipe or tube

bending equipment.

Instrument/equipment shall be mounted using suitable

stands/brackets/clamps. As far as possible all instruments shall be

mounted on instrument support stands. These shall be installed on

floors, RCC columns and walls using approved make anchor

fasteners/Hilti bolts and on steel structure by drilling suitable holes and

using chromium plated/galvanized bolts and nuts or in exceptional

cases by welding. After welding, the slag on weld surface shall be

removed and one coat of Red-oxide primer and two coats of paint shall

be applied over the surface.

Equipment shall be installed in a neat, workman like manner so that it is

level, plumb, square and properly aligned and oriented.

Instruments should not be supported from impulse lines, hand rails and

vibrating structures.

Instruments shall be located such that it is easy to approach for

operation and maintenance. Cover can be removed without obstruction

and there should not be any problem in re-glanding the cable later on.

Page 26: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

25 | P a g e

All indicating instruments shall be located such that its scale is

conveniently visible to plant operator.

Canopy shall be provided for all the instruments, JBs and SOV located

outdoor.

All threaded opening of the instruments shall be protected by suitable

Aluminium/Chromium plated plugs.

During installation of the signal and control cables and prior to

connection up to the instruments, the cables shall be checked for the

insulation resistance, continuity and tagging.

If the insulation resistance is not found within the limits, these cables

shall not be used. The contractor should lay new cables, meeting the

continuity and insulation resistance requirements, without any cost

implication.

The signal and control cable wires shall be connected to respective

terminals, as per the wiring drawings.

Equipment shall be properly grouped at a convenient location based on

the equipment layout diagrams.

Allocation of grouping of channels based on signal levels in junction

boxes and racks shall be finalized during detailed engineering.

Separate trays shall be used for routing pneumatic tubes and cables.

Field transmitters (pressure, temperature, Flow &level) shall be

mounted on 2” pipe stands. The instrument stands shall have a suitable

height so that instrument shall be mounted at 1.4m from ground or

platform / catwalk. If the instrument to be mounted on a catwalk /

platform the preferred location shall be on the outside of the hand

railing.

To protect temperature probes from mechanical damage /entry of

water, suitable individual enclosures shall be designed.

Handling and Storage instruments

The Contractor shall be responsible for the collection of “free-issue”

instrument items, transportation, storage and safe custody of the

equipment until completion of its installation and acceptance by

Department’s representative. Contractor shall maintain a stock system to

Page 27: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

26 | P a g e

enable material tracking throughout the installation & commissioning of

the facility.

All instruments shall be visually examined by the Contractor on receipt

to ensure that they have not been damaged in transit. Instruments shall

then be replaced in their original packing and housed in a separate

secure, dry, cool storage area provided by the department.

If any item is lost or damaged by the contractor, new item may be

procured and replaced by the contractor with their own cost or the cost

of the item will be deducted from the contractor’s bill.

When unpacking is necessary, care shall be taken to ensure that

accessories are not mislaid or mixed.

Instruments shall not be left lying around the construction area.

All covers and plugs on the instrument connections shall be left in place

until connections are used.

4A.5.3.3b Installation Preparation

SCOPE:

The scope involves procurement, installation & wiring of field elements

like absolute & differential pressure transmitters, temperature probes,

temperature transmitters, Mass flow meter along with transmitter,

impulse tubing, erection of cable trays, armoured/ un-armoured cable

laying, wiring of instrumentation rack and interfacing between racks.

Verify that instrument process connections ports before tapping.

Sensitive electronic instruments/components shall be protected during

welding, drilling & filing activities.

Metal Filing and metal or wood shaving shall be prevented from falling

on the components/ports/connectors.

Instrument stands and mounting brackets shall be fabricated according

to design drawings approved by the department.

Identification tags shall be attached to each field component bearing its

instrument number in accordance with P&I drawings/ Instrument

schedules.

Page 28: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

27 | P a g e

Nameplate shall be attached to junction boxes and racks. Name plates

shall be of stainless steel with black lettering shall be provided for

junction boxes. Nameplates shall be of plastic type for racks. The details

of measurements and control system are finalized during detailed

engineering.

4A.5.3.3b.1 Absolute Pressure and Differential pressure measurement

system

This measurement is used for monitoring the tank, fluid line pressure

and fluid level.

The SMART pressure transmitters (Absolute & Differential) with built-in

electronics sense the pressure and convert the sensed pressure to a

corresponding 4 to 20mA electrical signal.

The 4 to 20mA output is wired to isolator. Isolator is powered from 24V

DC Switch Mode Power Supply (SMPS) with low ripple. The isolator

and 24V DC Power Supply are housed inside instrumentation rack

located at instrumentation room.

The output of Isolator is given to PLC based Control system for

acquisition and monitoring.

Impulse tubing (12.7mm SS tube) is used for connecting the process to

the transmitter.

Page 29: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

28 | P a g e

Schematic diagram of Absolute Pressure measurement system

Schematic diagram of Differential Pressure measurement system

4A.5.3.3b.2 Guided wave radar based Level measurement system

Radar based level sensors are to be used for level of fluid (IPA)

measurement inside the collection tank.

The level is converted to a corresponding 4 to 20mA electrical signal.

The 4 to 20mA output is wired to isolator. Isolator is powered from 24V

DC Switch Mode Power Supply (SMPS) with low ripple. The isolator and

24V DC Power Supply are housed inside instrumentation rack located at

Instrumentation room.

The output of Isolator is given to PLC based Control system for acquisition

and monitoring.

Page 30: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

29 | P a g e

Schematic diagram of Radar based level measurement system

4A.5.3.3b.3 Temperature (RTD based) measurement system

This measurement chain is used for monitoring the surface& fluid line

temperature.

4 wire RTDs are used as sensors. The sensors are interfaced to temperature

transmitters.

The 4 to 20mA output of temperature transmitter is wired to isolator.

Isolator is powered from 24V DC SMPS. The isolator and 24V DC SMPS

with low ripple are housed inside instrumentation rack located at

instrumentation room.

The output of isolator is given to PLC based Control system for acquisition

and monitoring.

C

RACK

C

CONTROL SYSTEM JB

Radar based level s ensor

MU LTI

CO RE

PVC

CABLE

4-20mA

2 core pvcArmoured

cabl e

FIELD Instrumentation Room

2-10V

P ro ce ss

Lin e

ISOLATOR BARRIER

C – C o n n ecto rDP r.TX - Di ffere ntial Pre ssu re Tran smitte r

JB – Ju n ctio n B o x

24V DC,10A SMPS

Page 31: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

30 | P a g e

Schematic diagram of temperature measurement system

4A.5.3.3b.4 Flow measurement system

This measurement is used for measuring the flow rate in fluid lines. Mass flow meter is used for flow measurement. The 4 to 20mA output of flow transmitter is wired to isolator. Isolator is

powered from 24V DC SMPS. The isolator and 24V DC SMPS with low ripple

are housed inside instrumentation rack located at instrumentation room.

The output of isolator is given to PLC based Control system for acquisition

and monitoring.

Schematic diagram of flow measurement system

ISOLATOR

BARRIER

CO

NN

EC

TO

R

C

CONTROL SYSTEM JB

TEMP.

TXMULTI

CORE

PVC

CABLE

4-20mA

2 CORE PVC

ARMOURED

CABLE

FIELD Instrumentation Room

2-10V

RTD

SENSOR

4 CORE

PVC CABLE

24V DC,10A SMPS

RACK

C – ConnectorTEMP.TX - Temperature TransmitterJB – Junction Box

C

RACK

C

CONTROL SYSTEM

JB

Mass Flow meter

with TX.

MULTI

CORE

PVC

CABLE

4-20mA

4 CORE PVC

ARMOURED

CABLE

FIELD Instrumentation Room

2-10V

Process Line

ISOLATOR BARRIER

C – ConnectorJB – Junction Box

24V DC,10A SMPS

Page 32: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

31 | P a g e

4A.5.3b.5 E/P valve Command

SCOPE:

The scope involves procurement, installation & wiring of field elements like

SOV, pneumatic tubing, erection of cable trays, cable laying on cable trays,

wiring of instrumentation rack and interfacing between racks. List of E/P valves

is tabulated below.

Command Chain Diagram of EP Valve is shown in Figure

A single valve operation calls for enabling digital output from PLC. The digital

output drives electromagnetic relay which provides normally open (NO)

contact. The output from the relay output drives the solenoid coil.

Process/Simulation mode: System can be selected in process/simulation

(PRO/SIM) mode for the command chain from SCADA node using hardwired

PRO/SIM switch. PRO/SIM switch is with dual contact. In the process mode,

solenoid valves are commanded to Open/Close based on PLC output and

voltage is available to operate the valve. In the simulation mode, solenoid valve

power supply is inhibited at relay contact and hence voltage is not available to

operate the valve. In both the cases command issue information is available in

the SCADA node through relay auxiliary contacts. The command

acknowledgement and valve status are acquired through digital input card of

control system. The open/close indication of the E/P valve is provided on

mimic on SCADA node by green/red color corresponding to valve field status.

PRO/SIM change over relay which is energized in process mode routes

24V field power supply through relay contact which is energized through PLC

output for valve operation. Second relay contact is used to confirm the

command execution status and displayed in mimic diagram.

In the Process Mode, relay PR1 is actuated. One contact of PR1 is given to

relay C1 Contactor for linking the field power supply to valve driver relay. The

other contact of PR1 relay is fed to DI card for PRO/SIM feedback indication.

When valve actuation command is generated from PLC Digital Output R1 valve

driver relays is actuated. The contacts of R1 relay are closed and Solenoid Valve

is actuated. In Simulation mode, the relay PR1 are not energized hence 24V DC

is not available for energizing Solenoid Valve.

Page 33: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

32 | P a g e

JB

Multi core

PVC cable

4 core PVC armouredcable

OFF Status

RELAY

STATUS BARRIER

24V DC SMPS

Command

COM.ACK

Field Instrument Instrumentation room

C

C C

C C

CONTROL SYSTEM

24V DC SMPS

Multi core PTFE cable

Status Switches

EP Valve

ONStatus

C – ConnectorJB – Junction Box

RACK

RACK

Solenoid

E/P valve status reception: For E/P valve switch status reception, 2 channel

Isolator is used in between field status switch of E/P valve and Digital Input

(DI) card of control system. Each isolator provides 2 sets of potential free

contacts, which is activated based on status inputs from the EP valve. Common

point of potential free contacts (Open and Close) are connected to +24V DC

Power Supply. ‘NO’ contacts are connected to DI card of Control System for

status reception. switches are used in field EP valves for status. Command

execution status is displayed by SCADA software of the PLC.The specifications

of relay, power supply and isolators are given in Volume-II.

E/P Valve chain diagram

Page 34: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

33 | P a g e

POWER SUPPLY

ACK PS

+ -

PROC/SIM FEEDBACK

COMMAND

CONTROL SYSTEM RACK

PROCESS/SIMULATION

SWITCH

DI

DO

DI

CONTACTOR

EP VALVE COMMAND RACK

FIELD

C

SOLENOID

-+

DI –DIGITAL INPUTDO – DIGITAL OUTPUT

ACK – ACKNOWLEDGEMENTPS – POWER SUPPLY

FIELD PS

+ -

CONSOLE

COMMAND ACK

PR1

C1

R1

SOV

E/P Valve chain wiring diagram

E/P Valve status

Sl. No. E/P

Valve

Interlock

1. LVP701 Normally open, to be closed when IPA cycles are over. At initial

status should be checked for open, then only cleaning to start.

2. LVPA02 When run tank is full and pump is ready to switch on, to be

opened.

3. LVPA03 After 2 mins spraying at initial, to be opened.

4. LVP709 When temperature of LTI (Temperature probe) reaches 50 degree C,

It will be opened and when cleaning tank pressure reaches 300

mbar (Gauge pressure) it will be closed.

5. LVP710 When tank pressure reaches 300 mbar (Gauge pressure), LVP709 to

be closed. Tank pressure remains 300 mbar for 15 minutes.

Thereafter, LVP710 to be opened until tank pressure reaches 50

mbar (Gauge pressure).

Page 35: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

34 | P a g e

4A.5.3.3b.6 PUMP CONTROL BASED COMMAND SYSTEM

Pump control is used for controlling flow of IPA through different tanks.

On/ Off command is given to each Pump valve through PLC for operation of

the pump. Flow rate is to be controlled by varying the speed of the pump.

Analog output is to be given to drive the pump from the PLC. Chain diagram

and Pump control details to be finalized after detailed engineering. Pump

monitoring and control are required for Feed Pump and recirculation pump

only. Pump P1 shall be manually operated. List of pump is tabulated below.

Table: List of Pumps

Sl.no Pump Name

Fluid Medium

Type of Pump

1 Pump(P1) – manually

operated IPA Centrifugal

2 Feed pump(P2) IPA Centrifugal

3 Recirculation pump(P3) IPA Centrifugal

REQUIREMENTS FOR I/O QUANTITY FOR PUMP-MOTOR CONTROL

Feed Pump (P2)

Sl. No.

Parameters I/O Quantity Spare

1 Drive Ready FB DI 1

2

2 Drive Run FB DI 1

3 Drive OFF FB DI 1

4 Drive Trip FB DI 1

5 Speed Reference AO 1 1

6 Speed Feedback AI 1 1

7 Drive STOP Command DO 1

2 8 Drive Trip Command DO 1

9 Drive START Command DO 1

Page 36: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

35 | P a g e

Recirculation Pump (P3)

Sl.

No.

Parameters I/O Quantity Spare

1 Drive Ready FB DI 1

2 2 Drive Run FB DI 1

3 Drive OFF FB DI 1

4 Drive Trip FB DI 1

5 Speed Reference AO 1 1

6 Speed Feedback AI 1 1

7 Drive STOP Command DO 1

2 8 Drive Trip Command DO 1

9 Drive START Command DO 1

4A.5.3.3b.7 Powering of Equipments

The scope of work involves procurement, conduit laying and laying of cable

through conduits with one end termination in MCB and the other end

termination in instrumentation rack, console or other equipment.

For equipment powering, 230V, 50Hz power outlet is available in

instrumentation room at MCB distribution board.

This power from these MCB boards has to be distributed to equipment,

racks and consoles.

Main panel to Rack/console/equipment power distribution: The power

from MCB board is to be distributed to racks/consoles/equipment. The

power cable shall be laid in conduits and terminated in Terminal blocks/

sockets/ Master MCB on one side. The other end termination shall be

made in MCBs of MCB board.

Page 37: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

36 | P a g e

Rack power distribution: One master MCB shall be planned for

instrumentation rack for power distribution within rack equipment. From

Master MCB, power shall be distributed to other equipment of rack using

terminal blocks.

Console Power distribution: One master MCB shall be planned for 3

segments of console. From Master MCB, power shall be distributed to

other equipment of consoles using terminal blocks.

4A.5.3.3b.8 Grounding of Equipments

SCOPE:

The work involves cable shield preparation & and its wiring, laying of

grounding cable with one end termination in racks/ rack equipments and the

other end termination in grounding strip.

Separate instrumentation and power earth grounding strips are

available in the instrumentation room (Department scope).

The instrumentation earth and power earth are separately maintained.

The cable shields of all cables shall be prepared and terminated at all

termination points (Junction box/connector) in cleaning facility bay

except at sensor. The isolation from ground shall be ensured at all

termination points in cleaning facility bay.

In instrumentation rack, isolated instrumentation earth strip are

available. The instrumentation cable shields shall be connected to

earthing strip in rack and in turn to instrumentation earth strip

running through the building.

All the equipment body are to be connected to power earth.

4A.5.3.3b.9 Console - Equipment mounting and wiring

SCOPE:

The scope involves commissioning of consoles, equipment mounting and

its wiring. Also powering and grounding of all equipment shall be carried

out.

3 nos. of segmented console are planned for the facility.

Page 38: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

37 | P a g e

In these console, All in one PC (Personal Computers) will be placed for

data display/configuration/data processing/mimic display. These

consoles will be positioned in instrumentation room.

The switches, keys, indicators, power supply, keyboard for CCTV system

controller and intercommunication equipment shall be mounted in

consoles. Items like CCTV system controller and intercommunication

equipment will be in scope of Department. The consoles will be located

in instrumentation room.

4A.5.4 SITE ACCEPTANCE TEST (SAT) OF CONTROL SYSTEM.

After completion of commissioning of control system, SAT will be carried out.

The supply will be subjected to inspection and tests attended by Purchaser as

required. The Purchaser witness does not relieve the vendor from his

responsibilities for hardware, software, other accessories and services if

required.

Vendor shall submit installation, commissioning and acceptance

procedures (for hardware, the procedures shall include: purpose of test,

test definition, results expected and acceptance criteria).

Tests and acceptance of the system shall be carried out as per agreed

procedures and criteria based on specified guidelines and the vendor’s

standard procedures finalized during detailed engineering.

Client representatives are authorized to monitor supply completeness

and compliance to the requirements as per specification and schedule.

The supplier shall allow free access at any time to vendor works to

Purchaser’s representatives. The test details are briefed under control

system specifications section.

4A.5.5 TRAINING

a) The supplier shall provide adequate training to 3 Operational

Engineers at Department’s site after commissioning of the system for a

minimum period of 10 working days to maximum of 15 days.

b) The training shall be so organized to provide a complete

understanding of the functions of the system, overall system concepts

and routine operation for maintenance of the system and application

software development in control system by themselves. It is essential

that the system and other required document shall be available before

commencement of training.

Page 39: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

38 | P a g e

c) The details of training shall include

i. Hardware Installation

ii. System program development

iii. System Engineering & Configuration

iv. Networking / Communication technique

v. Installation of all software packages

vi. PID programming

vii. Data base creation & Management

viii. Mimic page creation and tag assignment

ix. Application program development in control system

x. Error diagnostics & trouble shooting

xi. Any other area on mutually agreed basis

xii. Hardware maintenance

4A.5.6 TESTING AND EVALUATION

The contractor shall bring all the required test and measure instruments

required for testing and evaluation. The standard Source/Measure equipments

with calibration validity traceable to national standards shall be used by the

contractor. The equipments of ±0.02% accuracy class of shall be used for

sourcing and measuring.

A. Testing and Evaluation

1. Only preliminary details regarding testing and evaluations are given

below. However the contractor shall prepare detailed Testing and

evaluation procedure and formats during detailed engineering phase. As

per the approved procedures, the contractor shall carry out the testing and

evaluation. The final results shall be entered in relevant formats and finally

to be approved by Department.

2. Check all the instruments for proper mounting and sealing. Check for

proper routing & harnessing of wiring. Ensure the availability of terminal

strip nos., Wire nos., tags and ferrules. Ensure proper grounding of

racks/equipments.

Page 40: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

39 | P a g e

3. Check and log insulation resistance of all cables, continuity of wiring of all

instrument loops as per the relevant drawings.

4. Integrity test up to sensor shall be done.

5. Power supply load test: All the power supplies shall be load tested up

110% of rated load. The stability and ripple test shall also be carried out.

Measurement system

6. A known input signal shall be fed from calibrated source/communicator

and the output shall be recorded in the control system. The results are to be

entered in a format. The format will be finalised at the time of detailed

engineering.

Command System

7. Coil resistance of SOV shall be measured.

8. Manual command shall be issued from control system and

the voltage at the SOV coil end in the case of E/P valve shall be measured.

9. E/P valve status shall be verified.

10. For pump control the speed variation shall be checked.

11. Status of pumps shall be checked.

12. Also in simulation mode, command acknowledgements shall be checked

in control system.

13. The results are to be entered in a format. The format will be finalised at

the time of detailed engineering.

B. Inspection & Quality Surveillance

14. The contractor shall prepare detailed inspection & quality surveillance

plan for all the items and services provided by the contractor.

15. All Instrumentation items supplied by the contractor (Annexure 3) and

services covered by this contract shall be subjected to inspection and

testing by department’s representatives.

Page 41: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

40 | P a g e

16. The inspection by the department’s representative and issue of inspection

certificate thereon shall in no way limit the liabilities and responsibilities

of the contractor in meeting the specification and quality requirements

specified.

17. The contractor shall supply the material test certificates / calibration

certificates (wherever mentioned) for the items under the supply of

contractor’s scope.

18. The contractor shall supply and maintain an independent comprehensive

database system containing inspection & testing and performance records

for each instrument.

5. EXECUTION SCHEDULE

The total contract period, reckoned from the date of award of the contract

to the date of commissioning and final acceptance of the system, shall be 10

months. The bidder shall indicate, in the bid, the schedules for various work

phases, which shall not exceed the overall contract period. Upon award of

contract and before commencement of work, the Contractor shall prepare a

detailed and comprehensive schedule for review and approval by the

Department. This approved schedule shall form the basis for all the works to be

performed by the Contractor.

The schedules shall be shown in the form of master PERT network and

show the date on which each part of the work is expected to begin and to be

finished. The Contractor shall prepare the detailed network charts for the total

contract period and it shall be up-dated once in a month. For each sub-system

or work package, an independent network chart is to be prepared. It is to be

noted that the schedule is the essence of the contract and Department will

closely monitor and take appropriate actions wherever necessary.

5.1. Project control and reporting

The Contractor shall establish a competent project management team with well-defined functional responsibilities. Close interaction with Department’s project team is essential at all phases of work. The following guide-lines indicate the requirements.

Page 42: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

41 | P a g e

5.2. Project reviews and meetings The preparation of all documentation for reviews and meetings is

the Contractor’s responsibility. The reviews shall be based on PERT/ CPM network schedules in each phase and shall be adhered to by the Contractor. The deviations, if any, are to be clearly documented and possible end effects brought out at each phase. The frequency of review at the closing phase of the project shall be suitably increased to resolve any outstanding issues.

5.3. Compensation for delay

If the Contractor fails to complete execution of the contract within the time specified in the contract or any extension thereof, the Department will recover from the Contractor as Liquidated Damages (LD) a sum of 0.5 % of the total contract price per week. The total liquidated damages shall not exceed 10 % of the contract price.

5.4. Cycle Time For Approval

The Department will communicate their disposition (approval,

rejection or comment) of the design & engineering documents, pre-

delivery inspection documents and Contractor’s proposal for

incorporation of additional Sub-contractor/ Sub-vendor within 7 working

days from the date of receipt, at the Department’s end, of such

documents, provided that the documents received are complete and in

compliance with the contractual obligations.

6. PHASES OF WORK

The overall scope of work is divided into 5 phases as follows:

Phase 1: Design review Phase 2: Detail engineering Phase 3: Fabrication Phase 4: Erection Phase 5: Commissioning

6.1. Design review

This phase shall commence immediately upon award of the contract. The design document, along with GA drawings and inter-face details of the equipments to be free-issued by the Department, shall be provided to the Contractor immediately upon award of the contract. The Contractor shall scrutinize the design and prepare their comments /recommendations in 1 month’s time. A joint design review meeting will be organised by the

Page 43: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

42 | P a g e

Department at Mahendragiri immediately on receipt of the Contractor’s comments/ recommendations. The design mutually agreed after the review shall be the basic document for execution.

6.2. Detail engineering

This phase shall commence immediately after the completion of the design review and ends with submission of the detail engineering documents by the Contractor to the Department and acceptance by the Department after review.

During this phase, the Contractor shall do the works listed in

Section 4.2.2/Volume-I, prepare the documents for the same and organize a joint Detail Engineering Review (DER) meeting at their office/ factory. The detail engineering phase of instrumentation system is provided in Section 4.A.1/Volume-I.

6.3. Fabrication

This phase shall commence upon approval and acceptance of the detail engineering documents by the Department. The detailed specification for fabrication is given in Section 2.1.,volume-II. This phase involves purchase of materials such as equipments, flow components, instruments, pipes, pipe fittings, etc, fabrication, testing, transportation to and unloading at the Department’s site. This phase shall also include in-plant training by the Contractor to the Department’s representative(s) on the fabrication of FSS. The in-process (stage) and pre-shipment (final) inspection of the system during fabrication shall be carried out by the TPI agency. Apart from inspection by TPI agency, the Department’s representative(s) may also carry out inspection at any stage at their own discretion. After completion of fabrication, but, prior to packing of the consignment for transportation, the Contractor shall organize a Pre-Shipment Review (PSR) at their office/ factory, in which the Contractor, the Department’s representative(s) and the TPI agency shall participate.

Upon approval by the Department, the Contractor shall pack and

transport the consignments to the Department’s site and un-load them at the site. The consignments shall be insured by the Contractor. The Contractor shall ensure minimum period of storage of consignments at the Department’s site. The consignments shall arrive at right phases so as to avoid both storage problems and delays. The Contractor shall undertake full responsibility of handling, transportation, insurance, clearance and storage.

Page 44: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

43 | P a g e

6.4. Erection

This phase shall commence upon un-loading of the consignments at the Department’s site. The detailed specification for erection is given in Section 2.2 volume-II The systems fabricated by the Contractor shall be stored in the Contractor’s temporary store at the site.

The mounting of equipments, joining of pipe-lines, testing, cleaning,

etc shall be carried out by the Contractor during this phase.

6.5. Commissioning

This phase shall commence upon completion of erection and the performance of the system is to be validated during this phase in compliance with the specifications of the contract. The detailed specification for commissioning is given in Section 2.3 volume-II . For instrumentation system, the scopes of works are explained in Section 4.A.2-5/VolumeI.

A final acceptance review will take place after all the necessary

commissioning trials are over and are documented as per the Department’s requirements. A training program on the systems and on each applicable sub-system shall be given at the end of the acceptance test to the Department’s representative(s).

7. WARRANTY

The performance of the system shall be guaranteed by the Contractor for

a period of 12 months from the date of final acceptance (after commissioning)

of the system at the Department’s site. The Contractor shall furnish a

Performance Bank Guarantee (PBG) for 10 % of the contract price for the

same.

7.1. System performance

The Contractor shall provide guaranteed performance of the system under the contract as per the specifications. The Contractor shall successfully demonstrate the performance during the commissioning. If the Contractor is unable to demonstrate the performance as per the specifications, within the stipulated period, and if the commissioning test results deviate from the specifications, the Contractor shall correct them at no extra cost for the Department and repeat the tests within a reasonable period of time as agreed to by the Department. The Contractor shall make effort practicable to correct the deficiencies. The Department

Page 45: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

44 | P a g e

reserves the option to reject the ill-performing equipments/ systems and when this option is exercised by the Department, the Contractor shall replace the rejected equipments/ systems by new ones at his own cost to the Department’s satisfaction within a reasonable period of time as indicated by the Department.

On the other hand, if the Department accepts the system, though it

fails to meet the specification fully, the Department will, at their own discretion, make necessary recoveries for such shortfall in performance.

In the event of rejection, in order to minimize the consequential losses, the faulty equipment shall be retained until a new replacement arrives at site for erection. It should be noted that as the faulty equipment has not been accepted and not taken over by the Department, the responsibility for it lies entirely with the Contractor. During this period, the Contractor shall not limit the use of faulty equipment except for reasons of safety during operation both for personnel and equipment.

7.2. Performance guarantee

The “Defect Liability Period” shall be 12 months from the date of final acceptance of the system to the satisfaction of the Department. The work shall not be considered as completed until the Department has certified in writing that they have been actually accepted and the Defect liability period shall commence from the date of such certificate. In case any defect in the work due to bad materials, and/ or bad workmanship develop in the work before the expiry of the period, the Contractor, on notification by the Department, shall rectify or remedy the defects at their own cost and shall make their own arrangements to provide materials, labour, equipment and any other appliances required in this regard. The equipments, or components repaired or replaced by the Contractor shall be guaranteed for a period of 12 months from the date of repairs or replacement.

The Contractor shall furnish performance guarantee in the form

of a bank guarantee from a nationalized/scheduled bank approved by

Reserve Bank of India(RBI), to the extent of 10 % of the total contract

value valid till expiry of warranty period & additional claim period of 6

months. If any defect is noticed by the Department during the defect

liability period and Contractor fails to rectify or remedy the defects, the

Department will have the right to get this done by other agencies and

recover the cost incurred, as determined by the Department, which shall

be final and binding, by recovery from the amounts due to the Contractor

and/ or by enforcing bank guarantee.

Page 46: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

45 | P a g e

8 GENERAL CONDITIONS

8.1. Entire agreement

8.1.1. The contract to be entered into shall convey the final agreement between the Department and the Contractor on the terms and conditions and be a complete and exclusive statement of the terms of the agreement.

8.1.2. In the event of conflicts between general conditions of contract and the

specification documents furnished by the Department, the latter will take precedence.

8.2. Modifications in the contract

This contract may be amended or modified only in writing signed by both the parties or their duly authorized agents or representatives by a change order issued by the Department and accepted by the Contractor, pursuant to the terms stated therein.

8.3. Cancellation of contract

8.3.1. The Department will have the right, at any time, to cancel the contract either wholly or in part by giving one month written notice. The Contractor shall undertake to observe the instructions of the Department as to the winding up of the contract both on his own part and on the part of his sub-contractors.

8.3.2. In the case of cancellation of the contract by the Department without

any fault of the Contractor, the Contractor shall forthwith take the necessary steps to implement the Department’s instructions. The period to be allowed to implement shall be fixed by the Department after consultation with Contractor and, in general, shall not exceed 3 months.

8.3.3. Subject to the Contractor conforming with the instructions referred to

in Section8.3.2,Volume I, the Department will take over from the Contractor at a fair and reasonable price all finished parts not yet delivered to the components and articles in course of fabrication in the possession of the Contractor for the performance of the contract, except such material. The Contractor shall, with the agreement of the Department, elect to retain.

8.3.4. The Department will, in no circumstances, be liable to pay any sum

which, when added to the other sums paid, due or becoming due to

Page 47: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

46 | P a g e

the Contractor under the contract and its amendments, if any, exceeds the total payment for the work set forth in the contract and its amendments, if any.

8.3.5. The ownership of all materials, part and unfinished work paid for by

the Department under the provisions of this Section shall be vested in or transferred to the Department as soon as they have been paid for.

8.4. Contractor’s default liability

8.4.1. The department shall reserve the right to terminate the contract in the circumstances detailed hereunder:

If the Contractor fails to rectify, re-construct or replace any defective

system/ sub-system/ equipment within a period of 30 days after the Department having given a notice to the Contractor to rectify, re-construct or replace the said defective system/ sub-system/ equipment or the Contractor delays, suspends or is unable to complete the system/ sub-system/ equipment by the date mutually agreed upon

If the Contractor commits breach of any of the terms and conditions of

the contract.

If the government of India decides to terminate the contract in public interest.

8.4.2. When the Contractor makes themselves liable for action under the

circumstances mentioned above, the Department will have power to forfeit the security deposit of the Contractor and the Contractor shall have no claim for damages whatsoever on such forfeiture.

8.4.3. The work remaining to be completed at the time of termination of the

contract shall be got executed through any other Contractor, in which case the expenses, which may by incurred in excess of sums, which would have been paid to the original Contractor, had the whole work been executed by them, shall be borne by the original Contractor and shall be recovered from them.

8.4.4. If this contract happens to be terminated as provided in Section

8.3.1/Volume-I, the Department, in addition to any other right provided in this article, may require the Contractor to transfer title and deliver to the Department in the manner and as directed by the Department

Page 48: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

47 | P a g e

a. any completed system/ sub-system / equipment

b. such partially completed system/ sub-system/ equipment,

drawings, information, which the Contractor specifically produced/ acquired for the performance of the contract.

The Department will pay to the Contractor as per the quoted prices in the contract for completed system/ sub-system/ equipment delivered to and accepted by the Department and for manufacturing materials delivered and accepted. For the partially completed system/ sub-systems/ equipment accepted by the Department, payment will be made at mutually agreed prices. After termination of the contract, the balance items of work shall be got executed by the Department through other agencies at the risk and cost of the Contractor.

8.5. Changes and modifications to specifications and qualitative

requirements 8.5.1. The Department shall reserve the right at any time to modify the

qualitative requirements, specifications, patents or drawings relating to the work covered by the contract. The Contractor shall inform the Department, within 30 days, of any objection they have to the modifications required.

8.5.2. The Department may also accept modification proposed by the

Contractor on his own initiative or on behalf of sub-contractors Or as a result of detail engineering review. 8.5.3. Unless the Department directs otherwise, the Contractor shall, in

either case, submit within a reasonable time limit to be specified by the Department, an estimate of the effect of any such modification in the cost of performance of the contract and/ or on the delivery schedule.

In the light of these estimates, the Department will decide whether and if so at what stage, the modifications are to be introduced and shall advise the Contractor in writing together with the Department’s new limits of liability.

8.5.4. When a modification or other change is so authorized, the Contractor

shall proceed with action in accordance with the Department’s direction. They shall moreover, as soon as possible after the receipt of such directions, submit to the Department a firm and detailed estimate showing any decrease or increase in cost entailed by the modifications and any effect its introduction will have on the delivery schedule.

Page 49: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

48 | P a g e

Any amendment to the contract which may be necessary in this respect

will be established within a reasonable time in the form of an amendment to contract, to be signed by both the parties. If the parties do not agree on the amendments to the contract, in particular regarding prices, responsibility, delivery schedule etc, the dispute shall be submitted to arbitration. 8.6. Sub-contracting

The Contractor shall not assign or sub-contract the work or any part of

the work without the written approval of the Department. In the event of

approval of sub-contractors, the detailed specifications and drawings of sub-

contracted items shall be approved by the Department.

All the works carried-out by such sub-contractors shall also be

scrutinized, inspected and approved by the Department. However, the

responsibility of the performance of such sub-contracted systems shall lie with

the Contractor. Any delay in carrying out the work by the sub-contractor which

affects the overall schedule of the work does not absolve the Contractor from

payment of compensation for the delays. All terms and conditions applicable to

the Contractor shall also be applicable to the sub-contractor who has been

assigned the sub-systems.

8.7. Compliance with standards

All the materials supplied or used shall be new and of first quality and manufactured and tested in accordance with the latest editions of the relevant Indian/ International standards. Wherever imported components are used, they shall be manufactured in accordance with the relevant standards published in the country of manufacture after allowing for specific aspects under Indian conditions such as tropical climate, etc. Any material or work, where no specific standard is applicable, shall be fabricated as per the instructions and directions of the Department.

All the electrical equipments used shall conform to the latest Indian

Electricity Rules as regards safety, earthing and other essential provisions specified therein for installation and operation of electrical parts.

Page 50: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

49 | P a g e

8.8. Secrecy The technical information, drawings, specifications and other related

documents forming part of enquiry or contract are the property of the Department and shall not be used for any other purpose, except for execution of the contract. All rights, including rights in the event of grant of a patent and registration of designs are reserved. The technical information, drawings, specifications, records and other documents shall not be copied, transcribed, traced or reproduced in any other form or otherwise in whole and/ or duplicated, modified, divulged and/ or disclosed to a third party and/ or not misused in any other form whatsoever without the Department’s consent in writing except to the extent required for the execution of this contract. These technical information, drawings, specifications and other related documents shall be returned to the Department with all approved copies and duplicates, if any, immediately after they have been used for the agreed purpose. 8.9. Inspection of work

8.9.1. The Department or any person appointed by it, shall have access and right to inspect the work, or any part thereof, at all times and places during the progress of the work. The inspection and supervision is for the purposes of assuring the Department that the plans and specifications are being properly executed and while the Department and its representatives will extend to the Contractor all desired assistance in interpreting the plans and specifications, such assistance shall not relieve the Contractor of any responsibility for the work. Any work which is proved faulty shall be corrected by the Contractor without delay. The fact that faulty work or work which is not in accordance with plan and specifications was not pointed out by the Department will not relieve the Contractor from correcting such work as directed by the Department without additional compensation.

8.9.2. The Department’s representatives shall at all reasonable times have free access to the works and/ or to the workshops, factories or other places where materials are being prepared or fabricated for the contract and also to any place where the materials are lying or from where they are being obtained, and the Contractor shall give every facility to the Department’s representatives for inspection and test of the materials and workmanship even to the extent of discontinuing portions of the work temporarily or of uncovering or taking down portions of finished work.

8.9.3. The Department has no obligation to discover defects patent or otherwise and it shall be the sole responsibility of the Contractor. The inspection and clearance for dispatch by Department’s representatives shall not absolve the Contractor’s obligations and duties under terms and conditions herein.

Page 51: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

50 | P a g e

8.10. Co-ordination with other contractors and inter-facing of the works

The Contractor shall extend all co-operations to other contractors of the Department to perform their works at site simultaneously. The Contractor shall so arrange their schedule of activities as to ensure smooth and timely execution of the project, minimize interference with the works of the other contractors and allow the other contractors the use of the facilities put up by them for erection activities. For this purpose, the Contractor shall plan such works and indicate such inter-faces in an inter-face schedule. They shall not be entitled to any extra payment on this account. The Department will not entertain any claim from the Contractor for delay on account of lack of co-ordination with the other contractors. 8.11. Force majeure

If at any time during the currency of the contract, the performance in whole or in part by either party of any obligation under the contract is prevented or delayed by reasons of any war, hostility, acts of the public enemy, civil commotion, sabotage, fire, floods, epidemics, quarantine restrictions, strikes, lock-outs or acts of God (hereinafter referred to as Eventualities) and if notice is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall for reasons of such eventuality be entitled to terminate the contract nor shall either party have any claim for damages against the other in respect of such non-performance or delay in performance. The performance under the contract shall be resumed as soon as practicable after such eventualities have come to an end and the decision of the Department whether the performance has been resumed or not shall be final and conclusive.

Provided further that if the performance in whole or in part of any

obligation under the contract is prevented or delayed by reasons of any such eventuality for a period exceeding 60 days, the Department may at the option terminate the contract provided also that if the contract is terminated under this clause, the Department will be at liberty to take over from the Contractor at a price to be fixed by the Department which shall be final, all unused, un-damaged and acceptable materials, bought-out components and stores in course of erection and commissioning in the possession of the Contractor at the time of such termination of such portion thereof as the Department may deem fit excepting such material, bought-out components and stores as the Contractor may with the concurrence of the Department elect to retain.

Page 52: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

51 | P a g e

8.12. Indemnify to department against infringement of labour laws

The Contractor shall indemnify the Department against any action, claim or proceedings relating to infringement of all or any of the prevailing labour laws of India like Workmen’s Compensation Act 1923, Contract Labour (Regulation and Abolition) Central Rules 1971, Employees Liability Act 1938, Industrial Disputes Act 1947, Employees Provident Funds and Miscellaneous Act 1952 during erection and commissioning at site.

8.13. Patent rights

The Contractor shall fully indemnify the Department against any action, claim or proceedings relating to infringements or use of any patent or design or any alleged patent or design rights and shall pay any royalty which may be payable in respect of any claims made under or any action brought against the Department. In respect of such matters as aforesaid, the Contractor shall be set at liberty, at their own expense, to settle any dispute or to conduct any litigation that may arise there-from. The Contractor shall not be liable to indemnify the Department on the infringement of the patent or design or any alleged patent or design right which is the direct result of an order passed by the Department. 8.14. Arbitration

The Parties shall carry out their respective obligations under the Contract

in the spirit of mutual cooperation, good faith & harmony. Except in matters in

respect of which the decision of the Department is final as specified in the

Contract, any difference, dispute or controversy shall be resolved and settled

amicably among the Parties through mutual consultations. If, however, that is

not possible, the Parties shall agree that all disputes arising out of or in

connection with the Contract shall be finally and conclusively decided by

arbitration and the award in pursuance thereof shall be binding on the Parties.

The court of arbitration shall base its decision on this Contract with resort to Indian law. The arbitration shall take place in India. The language shall be English. Work under the Contract shall, if reasonably possible, continue during arbitration proceedings.

a. In the event of any question, dispute or difference arising under these

conditions or any condition contained in the Contract (except as to any

matter the decision of which is specially provided for by these

conditions), the same shall be referred to the sole arbitration of the

Director, IPRC or some other person appointed by him. There shall not

be any objection that the arbitrator is a Government servant; that he had

to deal with matter to which the Contract relates; or that in the course of

his duties as Government servant he has expressed views on all or any

other matters in dispute or difference. The award of the arbitrator shall

be final and binding on the Parties to the Contract.

Page 53: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

52 | P a g e

If the arbitrator be the Director, IPRC,

i. In the event of his being transferred or vacating his office by

resignation or otherwise, it shall be lawful for his successor-in-

office either to proceed with reference himself or to appoint

another person as arbitrator or

ii. In the event of his being unwilling or unable to act for any

reason, it shall be lawful for the Director, IPRC to appoint

another person as arbitrator.

If the arbitrator be a person appointed by the Director, IPRC, in the

event of his dying, neglecting or refusing to act or resigning or

being unable to act, for any reason, it shall be lawful for the

Director, IPRC either to proceed with the reference himself or

appoint another person as arbitrator in place of the outgoing

arbitrator.

Subject as aforesaid, the Arbitration & Conciliation Act 1996 and

the rules there under and any statutory modification thereof for the

time being in force shall be deemed to apply to the arbitration

proceedings under this Section. The Arbitrator shall have the

power to extend, with the consent of the Department and the

Contractor, the time for making and publishing the award. The

venue of arbitration shall be the place as Department in their

absolute discretion may determine. Work under the Contract shall,

if reasonably possible, continue during arbitration proceedings.

b. In the event of any dispute or difference relating to the interpretation

and application for the provisions of the Contract, such dispute or

difference shall be referred by either Party to Arbitration of one of the

Arbitrators in the Department of Public Enterprises. The Arbitration Act

1996 shall not be applicable to arbitration under this clause. The award

of the Arbitrator shall be binding upon the Parties to the dispute,

provided, however, any Party aggrieved by such award may make a

further reference for setting aside or revision of the award to the Law

Secretary, Department of Legal Affairs, Ministry of Law & Justice,

Government of India. The Parties to the dispute will share equally the

cost of arbitration as intimated by Arbitrator.

Page 54: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

53 | P a g e

8.15. Assignment

The contract shall be binding upon the successors and assignees of the parties hereto. It shall not be assigned in whole or in part by either party without prior written consent of the other. If the Contractor becomes insolvent or being a firm or company whether incorporated or not is dissolved or goes into bankruptcy or is caused to be wound up except for re-construction purposes or carried on its business under a receiver, the representatives in law of the estate of the Contractor or any such receiver, liquidator or any person in whom the agreement may be vested shall forthwith give notice thereof in writing to the Department and shall remain liable for the successful performance of the Contractor or the successors of their obligations under this contract under any circumstances. 8.16. Jurisdiction and applicable law

The contract shall be governed by the laws of India in force. The courts of the state only shall have jurisdiction to deal with and decide any legal matters or dispute whatsoever arising out of the contract. 8.17. Execution of work

The specifications of the contract are intended to describe and provide for

a finished system. It is to be understood and agreed by the Contractor that the work described shall be complete in every detail, even though every item necessarily involved is not particularly mentioned. The Contractor shall be required to provide all labour, materials and equipment necessary for the entire completion of the work described and shall not avail themselves of any manifesting unintentional error, omission or inconsistency that may exist. The Contractor shall carry out and complete the work in every respect in accordance with the contract and the directions and to the satisfaction of the Department.

8.18. Rights of the department 8.18.1. Right to illustrate and explain plans a. The various parts of the contract are intended to be complementary to each

other but should any discrepancy appear or any mis-understanding arise, the explanation of the Department will be final and binding.

b. The correction of any errors or omissions of specifications may be made by

the Department, when such correction is necessary to bring out clearly the intention which is indicated by a reasonable interpretation of the specifications as a whole.

Page 55: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

54 | P a g e

c. Wherever in the specifications which are a part of the contract or which

may be furnished to the Contractor for directing the work, the terms and descriptions of various qualities of workmanship, materials, structures, processes, plant or other features of the contract are described in general terms, the meaning or fulfillment of which must depend upon individual judgments, then in all such cases, the question of shall be decided by the Department and said material shall be furnished, said work shall be done, and said structure or feature shall be constructed, furnished or carried out in full and in accordance with their interpretation of the same and to their full satisfaction and approval, provided such interpretation is not in direct conflict with the specifications or generally accepted good practice.

8.18.2. Right to direct work

a. The Department will have the right to direct the manner in which all work under this contract shall be done, in so far as it may be necessary to secure the safe and proper progress and the specified quality of the work and all work shall be done and all material shall be furnished to the satisfaction and approval of the Department.

b. Whenever, in the opinion of the Department, the Contractor has made

marked departures from the schedule of completion laid down in the contract or when untoward circumstances force departure from the said schedule, the Department, in order to assure compliance with the schedule and the provisions of the contract, shall direct the order, pace and method of doing the work, which shall be adhered to by the Contractor.

c. If, in the judgment of the Department, it becomes necessary at any time to

accelerate the overall execution of work, the Contractor when ordered and directed by the Department will cease work at any particular point and transfer their men to such other point or points and execute such portion of their works, as may be required, to enable others to hasten and properly engage and carry on their work, as directed by the Department.

d. The work by the Contractor at site beyond normal working hours (08:45 to

17:15 hr) on working days and any time on holidays (including Saturdays and Sundays) shall be permitted only with prior approval of the Department. The Department may also direct the Contractor to operate extra shifts over and above normal day shift to ensure completion of the contract on schedule if, in the opinion of the Department, such work is required.

Page 56: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

55 | P a g e

8.18.3. Right to order modifications of methods and equipment

If at any time the Contractor’s methods, materials or equipments appear to the Department to be unsafe, inefficient or inadequate for securing the safety of the workmen or the public, the quality of work or the rate of progress required, the Department may order the Contractor to ensure their safety and increase the efficiency and adequacy and the Contractor shall promptly comply with such orders. If at any time the Contractor’s work-force and equipment are in the opinion of the Department, inadequate for securing the necessary progress, as herein stipulated, the Contractor shall, if so directed, increase the work-force and equipment to such an extent as to give reasonable assurance of compliance with the schedule of completion. The absence of such demands from the Department will not relieve the Contractor of their obligations to secure the quality, the safe conducting of the work and the rate of progress required by the contract and the Contractor alone shall be and remain liable and responsible for the safety, efficiency and adequacy of their methods, materials, work-force and equipment, irrespective of whether or not they make any change as a result of any order or orders received from the Department. 8.19. Contractor’s functions 8.19.1. The Contractor shall provide everything necessary for the proper

execution of the work according to the intent and meaning of the specifications whether the same may or may not be particularly shown or described therein, provided that the same can reasonably be inferred there-from and if the Contractor finds any discrepancy there-in, they shall immediately and in writing refer the same to the Department whose decision shall be final and binding on the Contractor.

8.19.2. If any part of the Contractor’s work depends for proper execution

upon the work of any other contractor, the Contractor shall inspect and promptly report in writing the Department any defect in such work of the other contractors that tender it un-suitable for proper execution of the work under this contract. Their failure to so inspect and report shall constitute acceptance of the other contractor’s work as fit and proper for the reception of their work, except as to defects which may develop in the work of the other contractors after proper execution of the work. To ensure proper execution of their subsequent work, the Contractor shall measure the work already in place and shall at once report to the Department any discrepancy between the executed work and the drawings.

Page 57: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

56 | P a g e

8.19.3. The Contractor shall not sell, assign, mortgage, hypothecate or remove equipments or materials which have been erected or which may be necessary for the completion of the contract without the written consent of the Department.

8.19.4. In the execution of the work, no person other than the Contractor, or

their duly appointed representatives, their sub-contractors and their workmen, shall be allowed to do work at the site except by the special permission, in writing by the Department.

8.19.5. The Contractor shall proceed with the work to be performed under

this contract and each and every part and detail thereof, in the best and most workmen-like manner by engaging qualified, careful and efficient workers and do the several parts thereof at such time and in such order as the Department directs and finish such work in strict conformance with the plans, drawings and/ or specifications, and any changes, modifications or amplifications thereof made by the Department.

8.19.6. In respect of observance of local rules, administrative orders, working

hours and the like, the Contractor and their personnel shall co-operate with the Department.

8.20. Supply of tools, tackles and other materials 8.20.1. For full completion of the work, the Contractor shall, at their own

expense, furnish all necessary false work, erection tools, machine tools, power tools, tackles, hoists, cranes, derricks, cables, slings, skids, scaffolding, work benches, tools for rigging, cribbing and blocking, welding machines, pre-heating and stress relieving equipment, X-ray and all associated protective equipments, appliances, materials and supplies required to accomplish the work under the contract unless otherwise provided for. Adequacy of such tools shall be subject to final determination of the Department.

8.20.2. The Contractor shall also furnish all necessary expendable devices like

anchors, grinding and abrasive wheels, plugs, hacksaw blades, taps, dies, drills, reamers, chisels, files, carborundum stones, oil stones, wire brushes, necessary scaffolding, ladders, wooden planks, timbers, sleepers, and consumable materials like oxygen, acetylene, argon, lubricating oils, greases, cleaning fluids, cylinder oil, graphite powder and flakes, fasteners, gaskets, temporary supports, stainless steel shims or various thicknesses as required, cotton waste, PTFE tapes and all other miscellaneous supplies of every kind required for carrying out the work under the contract.

Page 58: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

57 | P a g e

8.20.3. The Contractor shall provide all reasonable facilities including tools,

personnel, etc and ensure co-ordination with the Department and their inspection agencies so as to enable them to carry out all supervision, measurements, checks, etc in a satisfactory manner.

8.20.4. The Contractor shall not dispose, transport or withdraw any tools,

tackles, equipments and materials provided by them for the contract without taking prior written approval from the Department and the Department at all times shall have right to refuse permission for disposal, transport or withdrawal of tools, tackles, equipment and material if in their opinion, the same will adversely affect the efficient and expeditious completion of the work.

8.21. Protection of work 8.21.1. The Department will not be responsible or held liable for any damage

to person or property consequent upon the use, misuse or failure of any construction/ fabrication tools and equipment used by the Contractor or any of their sub-contractor’s, even though such construction tools and equipment may be furnished, rented or loaned to the Contractor or any of their sub-contractor. The acceptance and/ or use of any such construction tools and equipment by the Contractor or their sub-contractors shall be construed to mean that Contractor accepts all responsibilities for and agree to indemnify and save harmless the Department from any and all claims for said damages resulting from said use, misuse or failure of such construction tools and equipment.

8.21.2. The Contractor and their sub-contractors shall be responsible during

work for protection of the work which has been completed by the other contractors. The necessary care shall be taken to see that no damage to the same is caused by their own men during the course of execution of their work.

8.21.3. All other work completed or in progress as well as machinery and

equipment that are liable to be damaged by Contractor’s work shall be protected by the Contractor and such protection shall remain and be maintained until its removal is directed by the Department.

8.21.4. The Contractor shall effectively protect all the works from action of

weather and from damages or defacement and shall cover finished parts where required for their thorough protection.

Page 59: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

58 | P a g e

8.21.5. The Contractor shall cover the work by a Contractor’s all-risk policy during the currency of the contract.

8.22. Site Personnel

The Contractor shall identify a Manager and who shall be personally present or employ his/ her representatives whose names shall have previously been communicated in writing to the Department and approved by the Department to supervise the work under the contract. The Manager shall have full technical capability and complete administrative and financial powers to expeditiously and efficiently execute the work under the contract. Any written orders or instructions which the Department may give to the Contractor’s Manager or his/ her representatives shall be deemed to have been given to the Contractor.

The Contractor’s Manager shall maintain an office on or adjacent to the

site of work and shall at all times keep in the said office a complete set of the specifications and drawings. The Department will normally communicate directly with the Contractor’s Manager at site. In the event of a partnership firm, then, this paragraph shall be interpreted to mean the attention of an Officer of the Company or Corporation or members of the partnership firm.

8.23 First Aid

The contractor may have access to the Departments qualified first aid

personnel and ambulance in case of accidents, subject to the availability of the

same. However, the Contractor shall make his own medical and transport

arrangements to take care of his employees in case of accident. The Contractor

shall provide a first aid kit at the work site to meet the requirements of minor

injuries.

8.24 Reporting

The Contractor must report the following information to the Department

by the end of every week during the work at Department’s site.

a. Progress achieved

b. Expected dates for completion of individual works

c. Any actual or likely delay in the execution of work

Page 60: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

59 | P a g e

8.25 Working and Safety Regulations

The Contractor shall observe all statutory and legal requirements

enforced by Central and State Government applicable to the work as well as any

local regulations applying to the site issued by Department or any other

authority. Particular attention is drawn to the following;

a. In case of accident, the Department shall be informed in writing

forthwith. The Contractor shall strictly follow the regulations laid down

by the Factory Inspector, Central and State Government authorities in this

regard.

b. Compliance with all electricity regulations.

8.26 Electrical Safety Regulations

In no circumstance will the Contractor interfere with fuses and electrical

equipment belonging to the Department or other Contractors. Before the

Contractor connects any electrical appliance to any plug or socket belonging to

other Contractor or Department, he will

a. Satisfy the Department that the appliances are in good working condition

b. Inform the Department about the maximum current rating, voltage and

phase of the appliance

c. Obtain permission of the Department detailing the sockets, to which the

appliance may be connected.

8.27 . Power

Electricity will be supplied as mentioned in Sl. 4.1.5/Volume-I.

Contractor must provide power supply distributor with isolator for taking

power for his equipments. Contractor should obtain Electrical safety clearance

from both CMG group and safety clearance from safety division of IPRC before

starting the work.

8.28. Water

Free supply of water will be made available by the Department.

8.29. Power, office, tool room, stores, etc

The Department will provide at a fixed point near the work spot of the Contractor electrical power free of cost. It shall however be the responsibility of the Contractor to extend the facility to suit their requirement at their own cost.

Page 61: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

60 | P a g e

The Contractor shall not however have any claim against the Department

in the event of failure, interruption/ insufficiency of these services. If required, the Contractor may employ a portable Diesel Generator (DG) set to get regular power supply. The Department will provide at site, free of cost, space for construction of an office and of a room for proper storage of instruments and precision tools. However, the office, the room for storing instruments, precision tools, etc and other constructions such as tool room adjacent to place of installation, welding sheds, fabrication sheds, labour rest rooms, etc, shall be installed by the Contractor at their own cost, only at locations designated and only if approved by the Department. 8.30. Clean-up of work site

The Contractor shall not store or place the equipment, materials or erection equipment on the drive ways and streets and shall take care that their work in no way restricts or impedes traffic or passage of men and material. During erection, the Contractor shall without any additional payment, at all times keep the working and storage area used by him free from accumulation of loose or combustible material, waste materials or rubbish to avoid fire hazard and hindrance to other works of the Department. If the Contractor fails to comply with these requirements, the Department will proceed to clear those areas and the expenses incurred by the Department in this regard shall be payable by the Contractor. Before completion of the work, the Contractor shall remove or dispose in a satisfactory manner all scaffolding, temporary structures, sheds, buildings, stores, waste and debris and leave the premises in a condition satisfactory to the Department.

8.31 Safety and Reliability

Since the systems are highly complex in nature, the philosophy and

criteria to be adopted shall be highly safety-and-reliability-oriented for their

systematic and proper functioning. The designs of the sub-system, components,

equipments to be carried out by the Contractor shall specifically address

essential safety provisions both in-built and external. Reliability is a prime

factor, which has to be embedded in the process of realization of the system. To

ensure that the sub-system design, development, selection of equipment,

components, material, etc are in compliance with the standard engineering

practices, it is necessary to follow established design codes and standards.

Page 62: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

61 | P a g e

8.32 Security Deposit

The Contractor including MSEs and Start-ups shall deposit an interest

free amount equivalent to the 10 % of the total order value towards Security

Deposit for the due performance of the Purchase Order within 30 days from the

date of Purchase Order. Central PSUs/PSEs/Autonomous bodies shall be

exempted from the payment of security deposit , and instead, an indemnity

Bond shall be secured from them in lieu of the Security deposit. The security

Deposit can be submitted either in the form of (a) Cash to the Accounts Officer,

IPRC against proper Receipt, (b) Demand Draft drawn in favour of Accounts

Officer, IPRC, (c) Bank Guarantee in Rs.100/- Non-judicial Stamp Paper

obtained from any Nationalized/Scheduled Bank and (d) Tern Deposit Receipts

duly endorsed by the respective Banks in favour of Accounts Officer, IPRC.

This security deposit shall be returned to the Supplier only upon successful

completion of all the contractual obligations or shall be adjusted/forfeited

against non-fulfilment of any of the contractual obligations.

8.33 Quality Assurance

The reliability of Instrumentation is a combination of specification of the

equipments/components, serviceability and maintenance of the same, which are

meant to serve and provide effective and timely operation, which includes

trouble- free performance of systems and sub-systems to the intended

specifications.

The Contractor must look for the quality factors individually attributed to

engineering developments, redundancy philosophy adopted, selection of

equipments and components, test and acceptance procedures followed,

repetitive performance achieved, risk analysis carried out, etc. each and every

module must be manufactured and tested to international Quality Control

standards. The test certificated shall be provided to Department.

The quality assurance is an unified approach that attempts to control the

quality right from design stage to commissioning stage, which includes the

checking of the adequacy of the equipments/ components for materials,

fabrication, installation, testing. It is the combined responsibility of the

Contractor and the Department to ensure that all possible failure modes are

exercised and validated during FAT.

Page 63: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

62 | P a g e

8.34 Purchase of Materials

The selection of equipments, components, materials, etc. with appropriate

and suitable specifications shall be the responsibility of the Contractor, as

overall performance of the system rests with the Contractor. Accordingly, the

selection and purchase tasks shall be handled by the Contractor immediately

after the approval of Detailed Engineering documents by the Department.

The criteria for selection of particular product and the reasoning involved

therein shall be submitted to the Department for necessary approval. However

Department’s decision will be final.

The Department will provide necessary end-use certificate for obtaining

the required license for import of items if required by the Contractor.

In keeping with the terms of the Contract, the Contractor shall undertake

the responsibility for handling, packaging and transportation involved to the

accepted level of any sub-systems/ equipment covered by the work in the

Contract.

8.35 Employment of Labours

The Contractor shall deploy Indian National only for execution of the

work.

Only skilled employees with experience of this particular work shall be

employed.

No person below the age of 18 years shall be employed.

The Supplier shall pay to each person, wages not less than those specified

by Minimum Wages Act.

The employees/labour, for carrying out all the site works shall be

identified well in advance by the Contractor and necessary approval shall

be obtained from the Department for entry permit to the work site.

8.36 Gate Pass

For Contractor’s equipment, tools, materials, etc. which are to be taken out from IPRC, Mahendragiri campus after completion of work, proper entry shall be made at the main gate duly endorsed by CISF. The Department shall issue necessary gate passes for taking out the Contractor’s materials, as and when required and after completion of work

Page 64: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

63 | P a g e

8.37 Facilities to the department

During the currency of the contract, the Department may have its authorized representative(s) stationed at the factory of the Contractor. The Contractor shall provide office accommodation for the Department’s representative(s) and also to permit the usage of telephone, fax, E-mail, etc, as and when found necessary.

9 INSTRUCTION TO BIDDER

The proposals are invited on behalf of the President of India by the Head,

Purchase & Stores, IPRC, Mahendragiri, from the Bidders for the work

described in this RFP document for IPRC, Mahendragiri. The bids shall be

submitted online through IPRC centre e-link.

9.1 Scope of work: The scope of the work is establishment of Fluid

Servicing system through Engineering, Procurement & Construction

(EPC) mode as per the specification given in this document. The

Contractor is required to submit a complete bid for the entire work

mentioned herein. Any incomplete bid will be summarily rejected.

9.2 Execution period: The entire work is to be completed within

10 months. The Contractor shall submit a master schedule detailing their

realization plan so as to comply with the overall execution period stated

herein, in the form of a Gantt chart, indicating the sequence and duration

of the various phases of work.

9.2.1 Validity: The bid submitted shall be valid for a period of 8 months

from the due date for opening of the techno-commercial bid.

9.2.2 The Department reserves the right to reject any or all bids in whole

or part without assigning reason thereof.

9.3 Form of bid: The bid shall be submitted in 2 separate parts viz Part 1 for

Techno-commercial bid and Part 2 for Price bid.

9.3.1 Techno-commercial Bid: The techno-commercial bid shall give the

complete details on technical & commercial aspects only. The techno-

commercial bid shall not contain any price detail. Mention of any price

detail in the techno-commercial bid will render the entire bid invalid.

The techno-commercial bid may include a format of the price bid by the

Contractor, without any detail of the price quoted. Deviation, if any, in

the Contractor’s proposal with respect to this document shall be explicitly

Page 65: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

64 | P a g e

mentioned in the schedule of deviations to be provided in the bid. If the

Contractor does not mention any deviation, it shall be construed by the

Department that the Contractor agrees to comply with each and every

aspect of this document.

9.3.2 Price bid: The price details shall be mentioned only in the price-bid

template in e-Procurement portal.

9.3.2.1 Any additional price detail may be attached as a pdf.

document (signed & scanned) to price bid only. Mentioning

any form of price in the techno commercial part will result in

summary rejection of the bid submitted by the particular

bidder.

9.4 Online Bid Submission

The instructions to the Bidders for online submission of their proposals

through IPRC centre e-Procurement link are as follows:

9.4.1 The Bidders shall arrange all resources, including Digital Signature

Certificates (DSC) and Internet connections, at their own cost for

participating in online bidding. The bid shall be submitted online in the

IPRC Centre link before the due date and time as specified in the tender

schedule in the portal.

9.4.2 All enquiries regarding the tenders and submission of offers shall be

online and only through our e-Procurement portal.

9.4.3 The Bidder may approach helpdesk on the home page for any technical

help (e-mail: [email protected] and Phone: 0091 20 2531555)

9.4.4 In case the Bidder encounters any technical snag pertaining to e-

Procurement system while acting on the tender, computer screenshot of

the error message with date & time stamp on the web-browser along with

the query shall be emailed by the Bidder to the help desk (as mentioned

above) for problem resolution at least 24 hours before the due date and

time of the bid submission.

Page 66: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

65 | P a g e

9.4.5 The time taken to ascertain, evaluate and suggest a solution for the

problem reported by the Bidder may vary from case to case. Hence, the

Bidders are advised to submit the bid well in advance before closing date

and time to avoid last-minute issues.

9.4.6 The Department will not be responsible for failure of the Bidders in

submitting bids online caused due to technical reasons at the Bidder’s end

such as network or power failures, computer failure, internet browser,

mistakes/ errors in filling the bids online, etc.

9.4.7 Queries by the Bidders on technical problems on the last day of bid

submission will not be binding on the Department for resolving/

addressing. The Department will not be responsible for non-submission

of bids in those cases.

9.4.8 The Server Date & Time as appearing on our website

(https://eprocure.isro.gov.in) shall only be considered for the cut-off date

and time for receipt of bids.

9.4.9 Request, if any, for extension of tender due date shall reach the

Department at least 4 working days in advance of due date and time for

consideration. The Department is not bound by such requests to extend

the due date unless it feels necessary.

9.4.10 The e-procurement system does not permit submission of any bid after

closing date and time of the e-tender. Hence, there is no scope for any

late or delayed bid in the online process.

9.4.11 Requests for extension of due date and time citing technical issues in

online submission of bids will not be entertained.

9.4.12 In case there is complete breakdown of e-Procurement system on the last

day of the tender for any reason, then the Department may extend the

date for submission after their own assessment.

Page 67: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

66 | P a g e

9.4.13 The Bidders have to note that once rework is initiated, the status of the

earlier submitted bid becomes pending till the bidding process is

completed once again. During the process of rework, bid data submitted

earlier becomes invalid and will not be available for opening. If rework is

initiated, then Contractor has to complete the entire process of bid

submission once again within the due date and time for a valid bid

submission.

9.4.14 The Department will not be responsible for non-submission of bids

resulting due to failure of the Bidder to once again complete the process

of bid submission before due date after reworking of the submitted bid is

initiated.

9.4.15 Any unsolicited clarification/ change/ modification sought by the

Bidders after submitting their bids will not be considered.

9.4.16 The Bidders shall note that since this is a two-part bid, the price details

shall be mentioned only in the price-bid template. If the price

details either in part or full are indicated in the technical bid, the

bid will be disqualified.

9.4.17 The Bidders may note that, in e-procurement system, submission of bid is

a 2-step process. After submission of their bids, the Bidders have to wait

for bid sealing by the Department. Following that, the Bidders have to

submit open authorization in the e-procurement system to enable the

Department to open the bid. If open authorization is not completed by the

Contractor, then the Department will not be able to open the bid and the

bid becomes invalid.

9.4.18 The Bidders may note that digital keys of Class III USB tokens, which

support both digital signing and encryption are to be used for bidding in

IPRC e-procurement system

Page 68: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

67 | P a g e

9.4.19 The Bidders may note that they have to use the same digital key

with which they submitted the bid to give open authorization. If

the Bidders use different key for open authorization, the system will not

accept the open authorization and the bid becomes invalid.

9.4.20 In case the digital key which is used during bid submission expires before

giving open authorization, then the Bidder has to first login with the new

key and use the expired key for completing open authorization process

for the bid.

9.4.21 The Bidders may note that the maximum file size that can be uploaded

per attachment in e-procurement system is 4 MB (in pdf format). If the

document is more than 4 MB, then the document is to be split into

multiple documents of size less than 4 MB and uploaded into

attachments. Literature/ Technical data should accompany the bid.

9.4.22 Similarly, if the number of files to be uploaded is more than the number

of attachments allowed in the bid, then the files are to be grouped into

folders such that the number of folders is less than the number of

attachments. Further, the folders may be compressed using zip/ archive

format and uploaded as attachments. However, the attachment size

should still be less than 4 MB.

9.4.23 The Bidders may note that documents including literature/ technical data

are to be uploaded through e-procurement system only.

9.4.24 Bids sent through post, telegram, fax, telex, e-mail, courier, etc will not be

considered. Partially completed/ incomplete bids will not be considered.

9.5 Liquidated Damages

Deliver & Commissioning is the essence of this contract. If the Contractor

fails to meet delivery specified in the contract or any extension thereof, the

Department will recover from the Contractor as Liquidated Damages (LD) a

sum of 0.5% of the total contract value for each calendar week of delay or part

thereof. The total liquidated damages shall not exceed 10 % of the contract

value.

Page 69: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

68 | P a g e

9.6 Delivery Term

For all the items regarding the establishment of Automated Continuous

Cleaning Facility the delivery point is at IPRC Mahendragiri.

9.7 Languages and Measures

All documents pertaining to the Contract including specifications,

schedules, notices, correspondence, operating and maintenance instructions,

drawings or any other writings shall be written in ENGLISH language only.

9.8 Documents

All operating, maintenance and technical manuals, drawings and

diagrams in English Language relevant to the system/components shall be

supplied by the Contractor.

On the other hand, if the Department accepts the system, though it fails to

meet the specification fully, the Department will, at their own discretion, make

necessary recoveries for such shortfall in performance.

In the event of rejection, in order to minimize the consequential losses,

faulty equipment shall be retained until a new replacement arrives at site for

installation. It should be noted that the faulty equipment has not been accepted

and not taken over by the Department, the responsibility for it lies entirely with

the Contractor. During this period, the Contractor shall not limit the use of

faulty equipment except for reasons of safety during operation both for

personnel and equipment.

9.9 Prices

The bidder shall quote firm and fixed prices valid during the currency of

the contract till commissioning and final acceptance of the test stand to the

satisfaction of the Department. The prices shall include all taxes, levies like

octroi, duties, taxes, royalties, permits charges, etc, levied by any central, state,

local or other Governmental authority, which the Contractor is required to pay

in their country as well as in India with reference to the fabrication, purchase,

transportation up to the delivery point stated in this document.

Page 70: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

69 | P a g e

The bidder shall provide the minimum level of break-up prices as given

in the Table. A in PRICE DETAILS . However, the bidder is advised to quote

the item-wise break-up prices of the various items forming the sub-systems, to

such fine extent as necessary and possible.

The price of the materials purchased from the sub-contractors and the

services rendered by the sub-contractors in India shall be separately mentioned

in the bid, for which the payment shall be made in Indian currency only.

There shall not be any change in the contract price due to addition/

deletion and reduction/ increase in the sizes of fluid circuits arising out of the

design review and detail engineering review.

9.10 Taxes and Duties

9.10.1 IPRC is eligible for concessional GST @ 5% for supply portion and

@ 18% for service portion against notification no. 47/2017 and

45/2017. Necessary exemption certificate shall be provided as and

when required against invoice.

9.10.2 The Bidder shall indicate, separately in the price bid, the applicable

rate of Goods and Service Tax (GST) and Custom Duty levied by

the Central or State Governments within India for materials or

services prevailing at the time of submission of bid. In case of any

change in rate or structure of taxes, duties or levies by the Central

or State Governments within India, the taxes shall be reimbursed at

actual.

9.10.3 The Department is eligible for concessional rates of GST for supply

of materials as per Notification # 45/2017- Central Tax and

47/2017-Integrated Tax dated 14/11/2017.

9.10.4 The Department is eligible for concessional rates of Custom Duty

as per Notification # 5/2018 dated 25/01/2018 for imported

materials and also the materials manufactured in Special Economic

Zones in India exclusively to be utilized for this CTPT project of

IPRC against proforma invoice submitted by the Foreign

Contractor/ Sub-vendor.

9.10.5 The Department will make statutory deduction on account of

Income tax as per the extant provisions of the Indian Income Tax

Act, 1961 and issue “Tax Deducted at Source (TDS)” certificate to

the Indian Contractor.

Page 71: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

70 | P a g e

9.11 Quantity Variation

Unit prices specified in contract for all the items shall remain valid as

long as actual quantity installed is within ± 25% of the total quantity specified in RFP.

For variation above ± 25%, due to any change in scope of work, a Joint Review Board including /Contractor’s representatives shall be constituted to arrive at the price on mutual agreement without holding the work.

Payment shall be made as per the actual quantity consigned to IPRC Mahendragiri. However, the quantity to be ordered shall be mutually agreed during Detail Engineering. 9.12 Payment Terms

9.12.1 Advance Payment

The Department does not normally entertain advance payment.

However, in case the Bidder proposes for advance payment, the Department

may consider it, subject to the following conditions:

a. Bank Guarantee for equivalent sum from a nationalized/ scheduled

bank approved by RBI or a reputed first-class international bank

valid till final acceptance of Fluid servicing system of Automated

Continuous Cleaning with additional claim period of 6 months is to

be submitted.

b. In case of different advance payment terms proposed by the Bidders,

the Department will load simple interest on the advance payment

over the execution period in accordance with MCLR as notified by

State Bank of India applicable on the due date for submission of bid

for comparison of the price bids.

c. Moreover, in case of delay in execution of the Contract by the Contractor beyond the stipulated period due to reasons not attributable to the Department, the Department will recover interest on the advance payment over the period of delay at the bank rate notified by State Bank of India applicable on the date of final acceptance of Fluid servicing system of Automated Continuous Cleaning.

Page 72: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

71 | P a g e

9.12.2Milestone Payment

a. The Department may release payments on completion of the following

major milestones. The milestone payments plus advance payment if

any agreed for shall not exceed 90% of the total contract value.

1. Design cost will be paid after final acceptance of Design by

the department.

2. Receipt of all the material at site- 80% of the cost of the

material received at IPRC site on PRO RATA BASIS

3. Erection & Commissioning- remaining from 90% of the

contract value

b. 100 % of the applicable taxes, duties, levies, etc will also be paid along

with the milestone payment claimed against actual delivery of the

material/service.

c. The invoice for each milestone payment for delivery of material shall be

accompanied by

i. Certification by the Department of having accepted the Pre-

Delivery Inspection (PDI) document

ii. Certificate of country of origin (for imported materials)

iii. Packing list/ Delivery Challan (DC) showing dimensions, gross

mass, net mass, quantity & content of packages

iv. Non-negotiable copy of Lorry Receipt (LR)/ Bill of Lading

(BL)/ Master Air Way Bill (MAWB)

v. Freight insurance policy

d. The invoice for each milestone payment for service shall be

accompanied by certification by the Department to the effect that the

Contractor has completed the service satisfactorily. The milestone

payment for design review & detail engineering will be made against

submission of BG valid till final acceptance of Fluid servicing system

for Automated Continuous Cleaning with additional claim period of 2

months.

Page 73: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

72 | P a g e

9.12.3Final payment

The balance of 10% of the total Contract price will be paid upon final

acceptance of Fluid servicing system for Automated Continuous Cleaning. The

invoice shall be accompanied by

a. Final acceptance certificate by the Department upon successful

completion of all contractual obligations by the Contractor, including

commissioning.

b. Warranty certificate

c. Performance Bank Guarantee

9.13 Mode of Payment

1. All payments to the Indian Contractor will be made through Public

Finance Management System.

2. All payments to the Foreign Contractor will be made by wire transfer.

3. The payments will be made within 30 days from the date of receipt of the

original invoice along with requisite and clean documents required as per

the Contract at the Department’s end.

4. Bank charges payable to their respective bankers shall be borne by the Department and contractor themselves

9.14 Pre-Qualification Criteria

The Bidder’s capability shall be evaluated based on the following Pre-

Qualification (PQ) criteria. The Bidders shall suitably fill-up the information

solicited in "Item Specification" and submit as part of the Techno-Commercial

Bid (TCB). Those Bidders who comply with the PQ criteria only will be

screened-in for opening and evaluation of Price Bid. The information to be

submitted in the TCB shall be complete in all respects substantiated by valid

documents and there shall not be any further opportunity for the Bidders to

submit any information or document unless the Department solicits so at their

own discretion.

Any lack of information or incomplete/ ambiguous information or false

information or information non-compliant with the PQ criteria shall be

treated as sufficient cause to summarily reject such Bids.

Page 74: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

73 | P a g e

9.15 Prior Turnover and prior experience:

The Bidder must comply with the following criteria on financial

soundness and prior experience:

9.15.1 The average annual financial turnover during last 3 years ending

31/03/2019 must be at least Rs 75 lakh. Escalation at the rate of 7% per

full year may be added on the annual turnover to arrive at the present

value as on 31/03/2019.

9.15.2 The Bidder shall attach audited balance sheet/ Annual report for prior

turnover.

9.15.3 The price of similar works successfully completed during last 7 years

ending 31/03/2019 must be as follows:

1 similar completed work costing not less than Rs 2 Crore OR

2 similar completed works costing not less than Rs 1.25 Crore each OR

3 similar completed works costing not less than Rs 1 Crore each.

Note:

(a) Engineering shall comprise design, detail engineering and analysis.

(b) Procurement shall comprise purchase of materials, quality control and

project management service.

(c) Construction shall comprise fabrication (offsite/ onsite), erection, testing &

commissioning.

9.15.4 The Work completion/ Final acceptance certificate issued by the Client in

favour of the Bidder or Inspection release note by Third Party Inspection

agency/ Consultant must be dated between 31/01/2011 and 31/03/2019.

Escalation at the rate of 7% per full year may be added on the price of

previously completed works to arrive at the present value as on

31/03/2019.

Page 75: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

74 | P a g e

9.16 Technical capability of Bidder:

9.16.1 The Bidder or Bidder along with proposed 1 or 2 subcontractor(s) shall

have capability covering piping, IPA and GN2 system. In any case, the

Contractor (successful Bidder) will have overall responsibility.

9.16.2 The Bidder shall mention, in the techno-commercial bid, whether they

propose to execute the Contract on their own OR they propose to engage

sub-contractor(s) for (i) Engineering AND/ OR (ii) Construction.

9.16.3 Group/ Parent/ subsidiary company of the Bidder may also be engaged

as subcontractor. The Contractor (successful Bidder) shall not be

permitted to change the Subcontractor upon award of Contract, till the

completion of work, without permission of the Department.

9.16.4 The Bidder shall give full information about their credentials/

subcontractor’s credentials substantiated by valid documents (Work

completion/ Final acceptance certificate issued by the Client in favour of

the Bidder/ subcontractor or Inspection release note by Third Party

Inspection agency/ Consultant) to comply with criteria mentioned

above. Experience shall pertain to works completed within 7 years

ending on 31-03-2019.

9.16.5 The Bidder and their subcontractor(s) must possess adequate & suitably

qualified and experienced in-house personnel at all levels such as

managerial, supervisory & tradesmen level and in the area of design,

procurement, fabrication & erection to execute the works given in this

document. The details shall be provided along with the techno-

commercial bid.

9.16.6 The Bidder and their subcontractor(s) must possess adequate facilities

(hardware & software) for design & detail engineering. The details shall

be provided along with the techno-commercial bid.

9.16.7 Bidder and their subcontractor(s) must possess adequate in-house

facilities such as equipments, machineries, testing facility and other

infrastructure to carry out factory fabrication and required facilities for

onsite erection. The details shall be provided along with the techno-

commercial bid.

Page 76: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

75 | P a g e

9.17 Execution plan

The bidder shall provide the execution plan for design review & detailed

engineering, purchase of materials, fabrication, erection and commissioning.

The bidder shall highlight the works proposed to be done in their own factory

and the works proposed to be done by their sub-contractors. The list of sub-

contractors from whom the bidder proposes to purchase the materials and the

sub-contractors with whom the bidder proposes to sub-delegate part of the

work shall be provided. The company profile of such sub-contractors/ sub-

contractors shall be given as per the requirements given in Section 5 volume-II.

The Department will have the right to scrutinise and to agree/ disagree with the

sub-contractors/ sub-contractors proposed by the bidder.

9.18. A Memorandum of Undertaking, as per the following format, shall be

submitted by the bidder along with the bid.

Page 77: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

76 | P a g e

MEMORANDUM OF UNDERTAKING

I/ We hereby submit the bid for the execution for the President of India of

the work specified in the underwritten memorandum within the time specified

in such memorandum, at a total price as specified and in all respects in

accordance with the specifications, design, drawings and instructions in writing

referred to in this document and with such materials as provided for by and in

all other respects in accordance with such conditions as are applicable.

Should this tender be accepted in whole or in part, I/We hereby agree to

abide by and fulfill all the terms and provisions of the said conditions annexed

here to and all the terms and provisions contained in the tender enquiry

documents which have been read by me/ read and explained to me so far as

applicable or in default thereof to forfeit and pay to the President of India or his

successors in office the sum of money mentioned in the said conditions.

I/ We agree to execute all the works referred to in the tender enquiry

documents upon the terms and conditions contained or referred to therein and

to carry out such deviation/ variation as may be ordered in excess of original

scope at the rates to be determined in accordance with the provision contained

in this document.

Witness Bidder (Signature) (Signature) Name: Name: Designation: Designation: Address: Address

For use by the Department only The above bid is hereby received by me on behalf of the President of India on __________ .

Page 78: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

77 | P a g e

10. Price details for Volume I-Mechanical System

S No Item Quantity Unit price Total price

1 Design review & Detail engineering

2 SS Pipes (*)

3 Pipe fittings (*)

4 Flexible hoses (*)

5 Manual valves (*)

6 EP valves (*)

7 Safety relief valves (*)

8 Filters (*)

9 Pressure regulators (*)

10 Non-return valve(*)

11 Pressure gauge(*)

12 Command Bottles(*)

13 Pump(*)

14 Tank(*)

15 Burst Disc(*)

16 Fabrication

17 Erection & Commissioning

18 Spares (*)

19 Taxes, duties, etc

20 TPI charges at contractor’s site

21 Packing & Transportation

Total price

(*) – Attach Separate Cost sheet for each component of that category

Table A : PRICE DETAILS

Page 79: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

78 | P a g e

10A. Price details for Volume I-Instrumentation System

Sl.

No.

Items Quantity Unit Unit price

Total Price

1. Absolute Pressure Transmitters 17 Nos

3 way manifold 17 Nos

Differential Pressure transmitters 6 Nos

5 way manifold 6 Nos

2. Temperature transmitter 6 Nos

3. RTD Probes including calibration cost

3 Nos

4. Transmitter communicator 1 No.

5. Mass Flow meter 3 Nos

6. Solenoid Valve 6 Nos

7. Guided wave radar based level sensor

2 No.

8. Junction boxes 3 Nos

9. PVC cables

20 AWG 2 core armoured cable 500 m

20 AWG 4 core armoured cable 200 m

18 AWG 2 core armoured cable 200 m

18AWG 64 Core Cable 100 m

20 AWG 64 Core Cable 100 m

18/20 AWG Single core PTFE wire (for internal rack wiring)

500 m

10. Cable trays & accessories 2 Sets

11. Structural materials 1 lot

12. Networking switch and cable 1 lot

13. Compression fittings and SS tubes 1 lot

14. Isolators

Isolators for transmitters. 32 Nos

Isolators for status 8 Nos

15. Relays 16 Nos

16. Contactor 2 Nos.

Page 80: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

79 | P a g e

17. Power supply :

24V±10%- 10A SMPS (Low ripple) (one set is 2 individual power supplies with diode oring mode)

3 Sets

18. Connectors and its accessories 5 Set

19. Instrumentation rack 1 No.

20. 3 segment Console 1 No.

21. Power cable 100 m

22. Earth cable 50 m

23. Terminal block

Terminal block- powering 200 Nos

24. Switches, Keys &indicators

Indicators 5 Nos

Authorization keys 2 Nos

Switches (in two position) with Indicators

2 Nos

25. MCBs 20 Nos

26. PLC based control system including 3 user PCs, operating software, SCADA, Printer, etc.

1 Set

27.

Spare 1. Processoe-1 no. 2. ALL I/O module each

type-1no. 3. PC-1 NO. 4. Printer-Black & white -

1 no.; Colour-1 no.

1 Set

Sub Total -1

B. ERECTION WORKS

1. Mounting of pressure transmitter and its impulse tubing

16 Nos

2. Mounting of Temperature sensor and its transmitter

5 Nos

3. Mounting of mass flow meter 2 No

4. Mounting of guided wave radar Level sensor and its transmitter

1 Nos

Page 81: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-I

80 | P a g e

5. Mounting of 5 SOVs with E/P valve 5 Nos

6. Mounting of Junction box 2 Nos

7. Cable lying

8. Rack wiring

9. Realization of SCADA based PLC with all measurements, control & command lines, 3 PCs, printer, Positioning of racks inside instrumentation room, etc

0

10. Detailed engineering

11. Training

12. Commissioning

13. Post warrantee Programming support services

14. AMC for 3 years

15. Testing and Evaluation

16. Documentation 1 lot

Sub Total -2

TOTAL

Page 82: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

Volume II

VOLUME II

Page 83: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

82 | P a g e

1.A. SPECIFICATION OF MECHANICAL SYSTEMS 1.A.1 Pipes

Type : Seamless pipes

Nominal Pipe size & Scheduled number

: As per P&ID (Refer Table-1/Annexure V)

Length : As required on the isometrics, to be

prepared by the contractor

Material : ANSI B 36.19/36.10, ASTM A-312, T.P.

304L/316/321

Dimensional standard : ASME B 36.19 up to SCH 80S/ ASME B36.10 above SCH 80S

TESTS Visual examination: All pipes shall be visually examined for workmen-like finish. Dimensional check: One specimen from each lot shall be subject to dimensional check. Chemical analysis: One specimen from each lot shall be subject to detailed chemical analysis as per ASTM A 751 Mechanical tests: One specimen from each lot shall be subject to tests for mechanical properties per ASTM A 370 (including Impact test.) Hydraulic pressure test: All pipes shall be hydraulically pressure-tested with water as per ASTM A 530. Ultra-sonic test: All the SS pipes of size ≥ DN 25 shall be subject to Ultra-sonic test (100 %) by Contact or pulse echo method as per ASTM A 450.

Eddy current test: All the SS pipes of size 20 NB shall be subject to eddy current test as per ASTM E 426. Flattening test: Pieces of pipes of length 63.5mm (2.5”) cut form the ends of 5% of pipes lengths per lot shall be subject to flattening test as per ASTM A 530 in 2 steps to prove ductility and soundness.

Page 84: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

83 | P a g e

Inter-granular corrosion test: One specimen per lot shall be subjected to inter-granular corrosion test as per ASTM A 262 (practice A/E). Pickling & Passivation: All pipes shall be pickled & passivated. Cleanliness: The pipes shall be cleaned and dried before dispatch. Marking: The pipes shall be marked as per ASTM A 700. 1.A.2 Pipe fittings

Size, pressure Rating and quantity

: As required based on P&IDs and isometric drawings to be prepared by the contractor.

Type :

Butt welded fittings for fluid circuits

Standard : Flanges: ANSI B 16.5 Butt welded fittings: ANSI B 16.9

Material : Flanges ASTM A 182 F 304L/316L Butt welded fittings: ASTM A 403 WP 304L/316L

Visual examination: All fittings shall be visually examined for any scratches, dents, surface irregularities, etc.

Dimensional check: One specimen from each lot shall be checked for dimensions as per the standard. Chemical analysis: One specimen from each lot shall be subject to detailed chemical analysis. Mechanical tests: One specimen from each lot shall be subject to mechanical test to verify mechanical properties.

Inter-granular corrosion test: One specimen per lot shall be subjected to inter-granular corrosion test as per ASTM A 262 (practice A/E)

Page 85: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

84 | P a g e

1.A.3 Manual valves/bellow seal valves

Tag No, pattern,

configuration of

ports/ ways, fluid

medium, working

temperature range,

size, MAWP,

Pressure rating class

:

As given in Table 2/ ANNEXURE-V

Actuation : Hand operated (manual)

Application : Isolation

Valve coefficient : To be specified by the bidder in the

quotation

Permissible leakage

rate across body

: 1E-06 Pa-m3/s for gland packing globe valves

Permissible leak rate

across seat

: 1E-06 Pa-m3/s for resilient-seated globe valves

1E-05 Pa-m3/s for hard-seated globe valves

Guaranteed cycles of

operation

: 5,000

End connection

BW: Butt welding ends as per ASME B 16.9/ 16.25. In case of valves with resilient seat, pipe stubs as per ASME B 36.19/ 36.10 of 150 mm length each shall be butt-welded to the body on either side, the ends of which shall be prepared for butt welding.

Style of construction:

Body : With full port (standard bore) and in-line

end connections

Page 86: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

85 | P a g e

Bonnet

: Bolted or screwed to body with spring-energised seals

(Such as Helicoflex, Enerseal, etc)

Stem (dynamic) seal : By gland packing for GN2 media.

Plug : Renewable (replaceable) from stem with

insert

Seat : Integral with body of material harder than

the plug insert.

Flow direction : Flow to open and all the valves shall have bi-

directional shut-off.

Material of construction:

Body and Bonnet : ASTM A182F 304 L / 316L / 321 For

≤DN40

ASTM A351 CF3 /CF3M For ≥DN50

Stem, plug, seat : ASTM A479 304L/ 316L/ 321

Gland packing : PTFE/ Glass-filled PTFE

Plug and seat inserts : PCTFE (Kel-F) / Poly-carbonate for MAWP ≤ 250 bar

ASTM A 479 304L/ 316L with # 6 stelliting for MAWP > 250 bar.

Pipe stub : ASTM A312 TP 304L/ 316L (pipe stub

length 50mm)

Bolts : ASTM A 193 B 8

Nuts : ASTM A 194 8

Note:

1. The valves shall be either inherently anti-static or provided with anti-static features.

2. Dual marking material (SS304L/304 or SS316L/316) is also acceptable wherever applicable.

Page 87: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

86 | P a g e

Design code : BS 5352/ BS 6364/ API 6-D/ ANSI B16.34

Test code : BS 6755/ API 598

Tests: Material certificates: The material certificates, detailing the physical and chemical properties, of the principal pressure-bearing parts shall be provided.

Welding joint test: Any butt welding joint in the valve shall be subject to DP Test, radio-graphic test with X-rays or gamma rays to 2-2T sensitivity. Soundness test for castings: All the castings shall be subject to soundness test with radio-graphic test with X-rays or ultra-sonic technique for flaw detection. Hydraulic shell pressure test: The valve shall be upon assembly subject to pressure test with Water (with suitable corrosion inhibitor) at 1.5 times the maximum rated working pressure of the particular pressure rating class of the valve. The test procedure and acceptance criteria shall be as per BS 6755 part 1 or API 598 or ANSI B 16.34. Hydraulic seat pressure test: The valve, in closed position, shall be subject to pressure test with water (with suitable corrosion inhibitor) at 1.1 times the maximum rated working pressure of the particular pressure rating class of the valve. The test procedure and acceptance criteria shall be as per Rate A of BS 6755 part 1 or API 598 or ANSI B 16.34.

Pneumatic seat leak test (for ball valves only): The Leak rate across the seat of ball valves shall be tested with dry air or GN2 at 4 to 7 bar by water displacement (bubble) method. The acceptance criteria shall be as per Rate A of BS 6755 Part 1 or API 598 MSLD shell leak test: (For globe valve only) The global leak rates across body shall be measured with GHe MSLD to establish the leak tightness values specified above by hood technique as per Article 10, Section V, ASME. The leak test shall be performed by shrouding the entire outside surface of the valve with a plastic bag to hold GHe at a positive pressure and by evacuating and connecting the inlet/ outlet port to MSLD. Leak test by detector probe or tracer probe technique is not acceptable.

Page 88: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

87 | P a g e

MSLD seat leak test (for globe valves only): The global leak rates across seat

shall be measured with GHe MSLD to establish the Leak tightness values

specified above by hood technique as per Article 10, Section V, ASME. The leak

test shall be performed by pressurising the inlet with GHe and by evacuating

and connecting the outlet to MSLD. Leak test by detector probe or tracer

probe technique is not acceptable.

Functional test: The valve with all accessories mounted shall be subject to functional test to validate the performance.

Cleanliness: All the interior flow surfaces of the valve shall be degreased and

cleaned to O2 service standards as per CGA G-4.1 or MIL-C-52211 or ASTM

G-93.

Marking: All the valves are assigned tag numbers for the sake of identification. The tag number for each valve, as indicated above, besides size, pressure rating class, material of construction, etc, shall be legibly and indelibly engraved on the body of the valves.

1.A.4 Electro-Pneumatic Valves The electro-pneumatic (EP) valve shall comprise valve, actuator, solenoid valve and limit switches.

Valve

Actuation : Electro-pneumatically operated.

Tag No, pattern, Configuration of ports/ways, fluid medium, working temperature range, size, MAWP

: As given in Table 3/ Annexure -V

Other specifications : As specified for manual valves in section 1.3

Length of stem extension : As per BS 6364

ACTUATOR

Type : Linear actuator, piston/ diaphragm type,

single acting, spring return, fail-safe

Page 89: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

88 | P a g e

Normal position : As given in Table 3/ ANNEXURE-V

Response time (for

both opening and

closing strokes)

:

As given Table 3/ ANNEXURE-V

If required, flow (volume) booster and quick

exhaust valve shall be incorporated to

achieve the specified response time.

End connection for

command gas

: DN 8 (¼”) NPT(F) to ASME B 1.10.1.

Material : Carbon steel (enamel-painted)

Test : The response time taken for opening and

closing of the valve shall be evaluated.

STATUS SWITCHES The valve shall be provided with a pair of non-contact type proximity

status switches to indicate the “opened/ closed” status of the valve. The

status switches shall be mounted on the valve with such proper

arrangement that does not require any adjustment/ alignment for the

specified cycles of operation of the valve.

Type : Cylindrical Inductive Type Proximity

Sensor (switch) in accordance with

NAMUR

Sensing Distance : 1.5, 2, 4, 5 mm (The sensing distance

shall be suitably selected by the valve

manufacturer according to the valve

stroke length)

Electrical configuration : DC, 2 wire

Nominal voltage : 8 V

Operating voltage : 5 – 24V

Switching frequency : > 500 Hz

Reverse polarity : Shall be Protected against reverse

polarity

Page 90: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

89 | P a g e

Short circuit protection : Shall be Protected for short circuit

Current

Consumptio

n

Not sensing : ≥ 3mA

Sensing : ≤ 1mA

Indication of switching

state

: LED

Connection Type : 2 m long PVC cable

Ambient Temperature : -240 C to 800 C

Housing material : Stainless steel

Protection Degree : IP 67

Hazardous area

certification

: The switches shall be intrinsically

safe for Hydrogen environment in

conformance with Ex ia IIC T6,

Zone 1 of IEC/ ATEX. The

certificate of conformance to this

effect from the accredited agency

shall be provided.

Make and model : To be specified by the bidder in

the quotation.

Suggested make

: a. IFM electronic b. Omron, USA c. Pepperl + Fuchs, Germany d. Rockwell Automation – USA e. LongVale ltd – UK f. Cario Gavazzi g. Euroswitch – UK

Page 91: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

90 | P a g e

1.A.5 TECHNICAL SPECIFICATION OF SAFETY RELIEF VALVES

Tag number : As given in Table 4/ ANNEXURE-V

Type : Balanced bellow type

Extent of lift : Full lift

Fluid medium : As given in Table 4/ ANNEXURE-V

Working temperature range

: As given in Table 4/ ANNEXURE-V

Set pressure : As given in Table 4/ ANNEXURE-V

Flow temperature : As per design standard

Minimum required gas flow capacity

: To be sized by the contractor

Orifice designation (area)

: To be sized by the contractor

Over-pressure : ≤ 10 % of set pressure

Blow-down : ≤ 7 % of set pressure

Permissible leakage

rate across seat

:

As per API 527

End connection : Raised Face (RF) flanges with concentric

serrations for pressure rating class ≤ 1500

as per ASME B 16.5 and

Ring Joint (RJ) flanges for pressure rating

class ≥ 2500 as per ASME B 16.5

NPT as per 1.20.1 for screwed valves

(The bidder shall specify in the

quotation the nominal size and pressure

rating class of the flanges at inlet and

outlet)

Page 92: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

91 | P a g e

Material of construction:

Body, bonnet :

ASTM A 351 CF3/3M/8/8M (for conventional

& bellow balanced valves)

ASTM A 182F304/304L/316 / 316L (for

screwed valves)

Nozzle

:

ASTM A182F304/304L/316/ 316L (for set pr.≤

15 MPa)

ASTM A182F304/304L/316/ 316L stellited (for

set pr.> 15 MPa)

Disc

: Viton (for set pr.≤1 MPa & op. temp. 300 K)

PTFE (for set pr.1 to 15 MPa & op. temp. 75 to

300 K)

PCTFE (for set pr.< 15 MPa & op. temp. <75 K)

ASTM A182F304/304L/ 316/316L stellited (for

set pr.> 15 MPa)

Guide : ASTM A 297 Gr HE

Bellows (for valves

of balanced bellow

construction)

: Stainless steel 316L/ 316Ti/ 321/

Spring : Stainless steel 316L

Bolts : ASTM A 320 B 8

Nuts : ASTM A 194 8

Design code : API 526/ ASME Section VIII, Division /CGA-

S-1.2, 2009/ISO 21013-3,2016

Page 93: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

92 | P a g e

Tests:

a. Material certificates: The material certificates, detailing the physical and chemical properties, of the principal pressure–bearing parts shall be provided.

b. Soundness test for castings (wherever applicable): All the castings shall be subject to soundness test with radiographic or ultrasonic technique for flaw detection.

c. Seat leakage test: As per API 527 d. Cold differential set pressure test: To validate set pressure e. Hydrostatic test of nozzle: All the nozzles / base of the valves shall

be subject to hydrostatic test as per Code.

Cleanliness

All the interior flow surfaces of the valve shall be degreased and cleaned

to Oxygen service standards as per CGA G-4.1 or ASTM G 93.

Marking

All the valves are assigned tag numbers for the sake of identification. The

tag number for each valve, as indicated above, besides manufacturer, set

pressure, size & pressure rating class of inlet & outlet connections,

material of construction, etc, shall be legibly and indelibly engraved on

the body of the valves.

1.A.6 Filters

Tag number, fluid medium, working

temperature range, size, MAWP,

fineness of filtration (absolute), inlet

temperature, inlet pressure,

permissible pressure drop, flow rate,

end connection

: As table 5/

ANNEXURE-V

End connection : BW: Butt welding ends as per ASME B

16.9/ 16.25. In case of filter with internal

resilient seals, pipe stubs as per ASME B

36.19/ 36.10 of 100 mm length each shall

be butt-welded to the body on either

side, the ends of which shall be prepared

Page 94: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

93 | P a g e

for butt welding. The butt welding ends

shall be suitable to mate with the

interfacing pipe of schedule number as

given in Table 5/ ANNEXURE-V

Permissible leakage rate

across the body (external)

: 1E-7 Pa-m3/s for filters for fluid medium of liquid Hydrogen, liquid Oxygen, liquid Nitrogen, gaseous Hydrogen

Style of construction:

Body : Y or T type with access to replace the

filter element cartridge without

removing the filter en-masse from

pipeline. For sizes ≤DN50, Filters are

preferred in bi-directional type.

Filter element : Sintered wire mesh type, supported on

perforated cartridge

Material of construction:

Body : ASTM A182F 304 L / 316L / 321 For

≤DN40

ASTM A351 CF3 /CF3M For ≥DN50

Alternatively, the material of

housing of filters of size ≥ DN50

may be fabricated using standard

pipes, caps, pipe fittings, etc of

material SS 304L/ 316L subject to

following:

a. Pipes of size ≤ DN 300 shall be

seamless and sizes ≥ DN 350 shall

be of welded or seamless.

b. The parent/ raw materials (pipes,

caps, pipe fittings, etc) used shall

be subject to 100% ultrasonic test.

Page 95: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

94 | P a g e

c.The welding joints (including

longitudinal seam joint of welded

pipes) shall be subject to 100 %

radiographic test.

d. The drawings are to be specifically

reviewed the Department before

fabrication.

Mesh : Stainless steel 304L/ 316L/ 321

Internal seals : PTFE/ Glass-filled PTFE for filters with lower limit of working temperature range ≥ 75 K

PCTFE/ Poly-carbonate for filters with lower limit of working temperature range < 75 K

Viton/ PTFE for filters with working temperature range 290 to 350 K

Bolts : ASTM A 320 B 8

Nuts : ASTM A 194 8

Note: Dual marking material (SS304L/304 or SS316L/316) is also

acceptable wherever applicable.

Tests:

a. Material certificates: The material certificates, detailing the physical

and chemical properties, of the principal pressure–bearing parts

shall be provided.

b. Welding joint test (wherever applicable): All butt welding joints in

the filter shall be subject to radiographic test with X-rays or gamma

rays to 2% equivalent sensitivity as per Section IX, ASME.

c. Soundness test for castings (wherever applicable): All the castings

shall be subject to soundness test with radiographic or ultrasonic

technique for flaw detection.

Page 96: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

95 | P a g e

d. Hydraulic shell pressure test: The filter, upon final assembly shall

be subject to pressure test with Water (with suitable corrosion

inhibitor) at 1.3 times the maximum allowable working pressure.

e. MSLD shell leakage test (for filters with fluid medium gaseous

Hydrogen, gaseous Helium and Vacuum): The global leakage rate

across body shall be measured with gaseous Helium Mass

Spectrometer Leakage Detector (MSLD) to establish the permissible

leakage rate values specified above by hood technique as per Article

10, Section V, ASME. The leakage test shall be performed by

shrouding the entire outside surface of the filter with a plastic bag

to hold gaseous Helium + gaseous Air mixture at a positive

pressure and by evacuating and connecting the inlet/ outlet port to

MSLD. Leakage test by detector probe or tracer probe technique is

not acceptable.

f. Degree of filtration test: One sample filter element cartridge from

each batch of the same size shall be subject to “micron rating”

prototype test by bubble point method and microscopic

examination to evaluate minimum and maximum pore size of the

filter element in Government-approved laboratory.

Cleanliness

All the interior flow surfaces of the filter shall be degreased and

cleaned to Oxygen service standards as per CGA G-4.1 or ASTM G 93.

Marking

All the filters are assigned tag numbers for the sake of identification.

The tag number for each filter, as indicated above, besides

manufacturer, size, maximum allowable working pressure, degree of

filtration, material of construction, etc, shall be legibly and indelibly

engraved on the body of the valves

Page 97: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

96 | P a g e

1.A.7 TECHNICAL SPECIFICATION OF NON-RETURN VALVES

Tag number : As given in Table 6/

ANNEXURE-V

Type Plug Type

Fluid medium : As given in Table 6/

ANNEXURE-V

Working temperature range

: As given in Table 6/

ANNEXURE-V

Nominal size : As given in Table 6/

ANNEXURE-V

MAWP : As given in Table 6/

ANNEXURE-V

Seal : Soft seating KELF gasket

End connection :

BW: Butt welding ends as per ASME B 16.9/ 16.25. In case of valves with resilient seat, pipe stubs as per ASME B 36.19/ 36.10 of 100 mm length each shall be butt-welded to the body on either side, the ends of which shall be prepared for butt welding.

Flanged: Raised Face (RF) flanges with serration for pressure rating class ≤ PN 250 and Ring Joint (RJ) flanges for pressure rating class ≥ PN 420 as per ASME B 16.5.

Permissible leakage

rate across body

: 1E-6 Pa-m3/s for valves for fluid medium of liquid Nitrogen, gaseous nitrogen and gaseous Helium

Bubble-tight as per API 598 or Rate A as per BS 6755 Part 1 for valves for other fluid media

Page 98: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

97 | P a g e

Permissible leakage

rate across seat at a

pressure differential of

0.2 MPa(d) along non-

flow (reverse) direction

: Bubble-tight as per API 598 or Rate A as per BS 6755 Part 1 for soft seated valves

As per FCI70.2 for metal seated valves

Style of construction: Lift mechanism

: Lift plug type, globe pattern for valves of nominal size ≤ DN 100

Swing/ butterfly/ dual plate type for valves of nominal size > DN 100

Cover : Screwed or bolted to body with

suitable seals

Plug : Renewable (replaceable) from

stem with insert

Material of construction

Body, cover :

ASTM A 182 F 304L/ 316L/ 321 for nominal size ≤ DN 40

ASTM A 351 CF 3/ 3M for nominal size ≥ DN 50

Stem, plug : ASTM A 479 304L/ 316L/ 321

Plug insert/ trim : PCTFE (Kel-F)/ Poly-carbonate for working temperature < 75 K and pressure rating class ≤ PN 250

ASTM A 479 304L/ 316L/ 321 for pressure rating class ≥ PN 420.

Bolts : ASTM A 320 B 8

Nuts : ASTM A 194 8

Note: Dual marking material (SS304L/304 or SS316L/316) is

also acceptable wherever applicable.

Page 99: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

98 | P a g e

Tests:

a. Material certificates: The material certificates, detailing the

physical and chemical properties, of the principal pressure–

bearing parts shall be provided.

b. Welding joint test (wherever applicable): All butt welding

joints in the valve (including the joints between the body and

the pipe stubs) shall be subject to radiographic test with X-

rays or gamma rays to 2% equivalent sensitivity.

c. Soundness test for castings (wherever applicable): All the

castings shall be subject to soundness test with radiographic

or ultrasonic technique for flaw detection.

d. Hydraulic shell pressure test: The valve, upon final assembly,

shall be subject to pressure test with Water (with suitable

corrosion inhibitor) at 1.5 times the maximum rated working

pressure of the particular pressure rating class of the valve.

e. MSLD shell leakage test (for valves for fluid medium of, IPA,

gaseous Nitrogen and Gaseous helium): The global leakage

rate across body shall be measured with gaseous Helium

Mass Spectrometer Leakage Detector (MSLD) to establish the

permissible leakage rate values specified above by hood

technique as per Article 10, Section V, ASME. The leakage test

shall be performed by shrouding the entire outside surface of

the valve with a plastic bag to hold gaseous Helium +

gaseous Air mixture at a positive pressure and by evacuating

and connecting the inlet/ outlet port to MSLD. Leakage test

by detector probe or tracer probe technique is not acceptable.

f. Seat leakage test: The leakage rates across seat in flow and

non-flow directions shall be measured with gaseous nitrogen

/ dry Air to establish the permissible leakage rate values

specified above by bubble emission method.

Cleanliness

All the interior flow surfaces of the valve shall be degreased and

cleaned to Oxygen service standards as per CGA G-4.1 or ASTM

G 93.

Page 100: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

99 | P a g e

Marking

All the valves are assigned tag numbers for the sake of

identification. The tag number for each valve, as indicated

above, besides size, pressure rating class, material of

construction, etc, shall be legibly and indelibly engraved on the

body of the valves.

1.A.8 Pressure regulators

Tag number, fluid :

medium,

type of loading, inlet

pressure range, outlet

pressure range, flow rate,

inlet pipe size, outlet pipe

size

As given in Table 7 / ANNEXURE-

V

Working temperature :

range

290 to 350 K

Flow temperature : 310 K

Orifice size : To be decided by the Contractor

Balancing : Balanced valve assembly

Venting : Self venting

Repeatability of :

regulation (droop)

< 1 % between the set pressures at the minimum and maximum controllable flow rates

≤ 3 % between the locked up pressure and the minimum set pressure

Ratio of variation of : set pressure to variation in inlet pressure (Decay ratio)

< + 1 %

Page 101: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

100 | P a g e

Permissible leak rate :

across seat (through) in closed condition

1E-04 mbar-l/s

Permissible leak rate : across body (external)

1E-05 mbar-l/s

Materials of construction:

Body, trim : ASTM A 182 F 304L/ 316L

Seals, O-rings : Viton/ Buna N

End connection : Threaded swivel union with sphere-and-cone metallic line contact seat (Alternatively, elastomeric seals may be used, if compatible for the working temperature and pressure)

Cleanliness : Same as that of manual valves

Tests:

Material test for mechanical properties and chemical

composition.

Pneumatic pressure test with GN2 or dry Air at 1.1 times the

maximum set pressure.

Leak test with GHe MSLD.

Functional test.

Each pressure regulator shall be fitted with a filter at the inlet of

rating as listed in Table-5/Annexure V. The specification of these

filters shall be the same as that specified in Section 5.6.

Page 102: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

101 | P a g e

1.A.9 TECHNICAL SPECIFICATION OF PRESSURE GAUGES

Quantity : As given in Table 8/ ANNEXURE-V

Tag number : As given in Table 8/ ANNEXURE-V

Type : Bourdon tube

Fluid medium : As given in Table 8/ ANNEXURE-V

Working temperature

range

: 290 to 350 K

Range : As given in Table 8/ ANNEXURE-V

Unit : MPa(g) and bar(g)

Dial size : To be specified by Contractor during

DER

Scale : Concentric

Accuracy : ±1.6 % of FSD for gauges with 50mm

dial and ±1 % for other gauges.

Over-range protection : 130 % of FSD

Material of construction

of sensing element,

movement, socket, case,

bezel

: Stainless steel 304L/ 316L/ 321

Window : Shatter-proof

Process connection : DN 8 (¼”) NPT(M) for gauges with 50 mm dial and DN 15 (½”) NPT(M) for other gauges

OR

¼” Face Seal Fittings for gauges with 50 mm dial and ½” face seal fittings for other gauges

Mounting : Direct mounting, bottom entry

Page 103: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

102 | P a g e

Case and bezel : Weather-proof housing with screwed

outer bezel

Extra fitments : Micro-type adjustable pointer Blow-out-proof disc

Joints : Gas Tungsten Arc Welding (GTAW)

with gaseous Argon purge

Code : IS 3624/ EN 837-1

Tests

a. Material certificates: The material certificates, detailing the physical

and chemical properties, of the principal pressure–bearing parts shall

be provided.

b. Calibration: The pressure gauges shall be calibrated with IPA/GN2

as per Code.

Cleanliness

All the interior flow surfaces of the pressure gauge shall be degreased

and cleaned to Oxygen service standards as per CGA G-4.1 or ASTM

G 93.

Marking

All the pressure gauges are assigned tag numbers for the sake of

identification. The tag number for each pressure gauge, as indicated

above, besides size, pressure rating class, material of construction, etc,

shall be legibly and indelibly engraved on the body of the pressure

gauges.

1.A.10 Command gas bottles

The details are listed in Table-9/Annexure V.

Design Data

Design Code : ASME Sec.VII Div.I,(Latest)

Volume (Water Capacity) :10 lit

Page 104: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

103 | P a g e

Service Medium : GN2

Quantity : As per table-9/Annexure-V

Max Allowable Working Pr. : 20 bar for GN2

Working Temperature : 290 – 350 K

Corrosion allowance : 1.5 mm

Mounting : Horizontal

Dished Ends : Torispherical/ellipsoidal

Material Of Construction

Shell , Dished Ends : ASTM A 240 Gr 304 / 304 L/316L

Pipes : ASTM A 312 TP 304/304 L/316L

Flanges : ASTM A 182 F 304 / 304 L/316L

Gasket : SS 304 With spirally wound PTFE

Bolts : SA 193 Gr B – 8

Nuts : SA 194 Gr B – 8

Nozzle details : Inlet - 15 NB

Outlet - 15 NB

Material Testing

The material to be used for fabrication shall be tested for their physical

and chemical properties and it shall be carried out in a government

approved laboratory.

Fabrication

1. The dished ends shall be stress relieved after forming. 2. All the welding shall be performed by Gas-Purged

Tungsten Arc welding (GTAW) process with argon as the purge gas in accordance with the relevant code.

3. The bottle shall be provided with suitable saddle supports , lifting lugs , and name plate.

4. All the nozzles <50mm dia. shall be stiffened with gusset plates.

Page 105: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

104 | P a g e

5. All the nozzles flanges shall be provided with mating

blind flanges ( including gasket , bolts and nuts).

Testings

NDT & Hydro – static shall be carried out as per code requirement.

Cleaning

Chemical cleaning ( degreasing , picking & passivation) shall be

carried out as per the standard procedure and specification.

1.A.11 Pump

Item name : Magnetic Coupled Sealless pump

Quantity : As given in Table 10/

ANNEXURE-V

Tag number : As given in Table 10/

ANNEXURE-V

Type : Centrifugal

Fluid medium : As given in Table 10/

ANNEXURE-V

Working temperature

range

: 280 to 310 K

Flow rate : 21 m3/hr(max)

Suction Lift : 2.2 meter

Head : 30 meter

Medium : Iso Propyl alcohol

Temperature : Max 100°C

Power : 3.7 KW

RPM : 2900

Frequency : 50 HZ

Page 106: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

105 | P a g e

The pump should be compatible with variable feed drive and provide

varying flow rates.

It shall be of flame-proof construction and all fittings should be of 2B

(flame proof) construction.

1.A.12 Run Tank & Collection Tank:

Type : Cylindrical with both ends ellipsoidal dish

Size : As per table-11/Annexure-V

Water capacity : 3000 litres for Run Tank, 1000 litres for Collection Tank

Material : SS 304 L

Design Pressure : 5 bar

Design Temperature : 55°C

Fluid handled : Iso Propyl Alcohol

Corrosion allowance : 1.5mm

Joint Efficiency : 1.0

Design code : ASME SEC VIII DIV 1 2004 (or recent addenda)

Nozzle detail : As per Drawing : SAIE/CUSAIG/CSCF/001 with minimum standoff distance of 150mm

Additional requirement : Suitable lifting lugs & mounting brackets

Non-Destructive Testing(NDT)

: 1. Final Welds: 100% DP & RT with minimum of

2% sensitivity on all but welds and 100% DP on all fillet welds.

Mounting : Vertical

Quantity : As per table-11/Annexure-V

Page 107: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

106 | P a g e

Design:

a. The tank shall be designed as per the data furnished in table-

11/Annexure-V

b. Support and mounting brackets are to be designed.

c. Party should send the fabrication drawing along with design

calculation with TPI clearance for approval prior to start of

procurement of raw materials.

Material:

Materials of construction are as per the following table.

Sl.No. Item Material

1. Tank cylindrical portion SS 304 L

2. Tank dome SS 304 L

3. Nozzle SS 304 L

4. Flanges SS 304 L

5. Bolts/studs SS 304

6. Nuts SS 304

7. Mounting bracket, weld pads SS 304

8. Lifting lugs SS 304

9. Gaskets SS 304 L Spiral wound Teflon

Fabrication:

1. All SS welding shall be done in GTAW process.

2. Filler wire shall confirm to A120 or equivalent.

3. All the butt welds shall be DP tested and radio-graphed (size of weld

has to be mentioned in the fabrication drawings)

4. All fillet weld shall be 100% DP tested.

5. Dished ends have to be stress relieved after forming.

6. All nozzles shall be covered with blind flanges, bolts, nuts & gaskets.

7. Nozzles shall be stiffened with 2 nos. of gussets at 90º apart.

8. All the weldings has to be carried out by qualified welders.

9. Name plate & bracket shall be provided for the tank.

Page 108: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

107 | P a g e

Cleaning:

The tank has to be mechanically cleaned by buffing wheel, degreased

after hydraulic test according to the procedure given below.

Mechanic Cleaning:

All surfaces inside and outside having scales and foreign

materials have to be cleaned. This can be done by;

a. Scrubbing with metallic brush

b. Sand blasting (iron free sand) and the loose scales and

powders obtained from the above process shall be cleaned by

blowing or washing.

1. Degreasing:

This is to remove oil and grease. This can be achieved by

vapour phase degreasing using trichloroethylene.

2. Pickling: (for inside surface only)

This is carried out after mechanical cleaning and degreasing

operations to remove all the rusts and scales. Following are the

guidelines for carrying out the same.

a) Cleaning with water.

b) Pickling with a solution containing Hydrofluoric and nitric acid.

c) The composition of the pickling solution and duration of

pickling are adjusted after trial test on a sample piece to remove

uniformly less than 25 Micron thick materials. Mostly the

composition is 5% Hydrofluoric acid (by wt) + 15 to 20% Nitric

acid (by wt) + balance water at ambient temperature.

3. Passivation: (for inside surface only)

This is to be done after the pickling operation. A solution

containing 25% HNO3 (by vol) and 75% water (by vol) at ambient

temperature will be used for this purpose. Duration of the passivation

should be 2 hours minimum. Finally rinsing with de-mineralised

water is to be carried out.

Note: After the process, no mechanical cleaning should be attempted.

Page 109: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

108 | P a g e

a. The cleaned surface is to be checked by using a white filter paper.

Rubbing of the paper on the surface should not change the colour of

the paper.

b. By analyzing the final used water the quality of cleaning can be

checked. The rinse water should not have suspended particles

more than 20mg/m2 (based on surface area). The pH value of the

de-mineralised water must be between 6.5-7.5.

4. Drying:

The drying is done to remove water and is to be done by

purging with Nitrogen having dew point less than -25°C and free from

oil and grease (less than 10ppm) at 60°C till the moisture level at the

exit comes to the inlet concentration.

5. Sealing:

After drying, the tanks should be sealed so that ambient

moisture cannot enter inside. The tanks are to be pressurized to 50

m.bar (Kg) with dry N2 gas.

1.A.13 Flexible Hoses( Table12/Annexure-V)

Material:

Inner corrugation : SS316/316L

Braided wire : SS304/304L

End fittings : SS304/304L

Quality Clause for Flexible Hose:

The hose shall consists of seamless stainless steel inner tube

reinforced with corrosion resistant steel wires. End fittings shall be as

per DIN standard. The hose assemblies should be qualified to latest

revision of MIL standard (Type-II conductive inner tube).

Page 110: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

109 | P a g e

Scope of Inspection:

Visual Examination:

The hose shall be free from oil, grease, dirt or any other foreign material

both internally and externally. Broken or missing reinforcement wires

shall be cause for rejection.

Dimensional Inspection:

The hose and end fittings shall meet the requirements as per approved

drawings.

Proof Pressure Test:

The hose shall be subjected to proof pressure test to a pressure of

1.5 times the operating pressure successfully.

Radiography:

100% radiographic examination at crimping points should be done after

proof pressure test. No crack or damage is acceptable.

Material Test:

Material test certificates (Mechanical & Chemical) for PTFE, end fittings

& SS PIPING.

Pneumatic Leak test:

The hose is to be pressurized with Helium gas inside to 2.5 bar. The

leak rate is to be detected by MSLD and the acceptance rate is

<5 x 10-5 atm cc/sec.

GN2 effusion test:

The hose assembly shall be subjected to operating pressure with GN2 at

room temperature. Gas effusion shall be collected using water

displacement method and air collecting device. The total amount of

effusion through the hose and fittings shall be collected over the last 30

minutes of testing.

Page 111: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

110 | P a g e

Identification:

Part No., Operating & Proof pressure test details to be engraved

in the tag of hose assembly as per table-12/Annexure-V.

Packing:

The hoses shall be provided with suitable Aluminium alloy end

closures to avoid damage during transportation and each hose is to be

packed separately along with dehydrant bag.

1.A.14 Burst Disc

Quantity : As per table -13/Annexure-V

Tag number : As per table -13/Annexure-V

Type : Scored metal, pre-torqued, rupture

disc devices, along with safety

heads, studs and nuts.

Mode of buckling : To be specified by the bidder in the

quotation (forward/ reverse)

Fluid medium : IPA

Working temperature range : 288-323K

Burst pressure : As per table -13/Annexure-V

Flow temperature : 288-323K

Minimum required flow

capacity

: As per table -13/Annexure-V

Orifice diameter : To be specified by the bidder in the

quotation

Burst tolerance : 5 %

Material of construction:

Disc : Inconel

Page 112: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

111 | P a g e

Safety head : ASTM A 182 F 304L/ 316L/ 321

Studs : ASTM A 320 B 8

Nuts : ASTM A 194 8

Tests:

a. Material certificates: The material certificates, detailing the physical and chemical properties, of the principal pressure–bearing parts shall be provided.

b. Burst test: As per UG-127, Section VIII, Division 1, ASME.

c. Dimensional check: After forming, the dimensions of the disc, especially the thickness, shall be measured and recorded.

Cleanliness

All the interior flow surfaces of the device shall be degreased and cleaned to

Oxygen service standards as per CGA G-4.1 or ASTM G 93. (Strike out if not

applicable.)

Marking

All the devices are assigned tag numbers for the sake of identification. The

tag number for each device, as indicated above, besides nominal size, burst

pressure, pressure rating class of the safety heads, material of construction of

disc, etc, shall be legibly and indelibly engraved on the body of the devices.

Page 113: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

112 | P a g e

1.A.15 Spray Nozzle

1. Flow medium : Iso propyl Alcohol

2. Orifice slit size : 4mm x 5mm

3. No. of slits in a nozzle : 4

4. Nozzle Diameter : 80mm to 100mm

5. Nozzle Height : 185mm to 200mm

6. Quantity : 4

7. Materials

Housing : SS316L

Bush/seals : PTFE

Nozzle head : SS316L

Gears : PEEK and SS316

8. Max. working temp : 160°C

9. Working pressure : 3 to 10 bar

10. Flow rate : 40 to 160 litre/minute

11. Interface size : 1”NPT female

12. Nozzle shall rotate 360°during operation.

13. The nozzle shall have variable cycle time according to variation in inlet

pressure.

14. Nozzle shall have provision for self cleaning and self lubrication.

15. Nozzle shall have high impact jets, orbital wash pattern with high

efficiency cleaning process.

Page 114: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

113 | P a g e

1.A.16 Vacuum Breaker :

Type : Tec –Vent Air Admittance valve

Tag Number : As per table-14/Annexure-V

Material : Membrane - synthetic rubber Cap & body – Flame-retardant polycarbonate

Design Pressure : 5 bar

Design Temperature : 310 K

Fluid handled : Iso Propyl Alcohol

Opening Pressure : -70 Pascal

1.A.17 Filter Bag :

Volume : 1000 ( L )

Quantity : As per table-15/Annexure-V

Media Material : PIFE

Design Temperature : 310 K

Fluid handled : Iso Propyl Alcohol

Filtration Precision : 100 micron

Fabrication:

1. All SS welding shall be done in GTAW process.

2. Filler wire shall confirm to A120 or equivalent.

3. All the butt welds shall be DP tested and radio-graphed (size of weld

has to be mentioned in the fabrication drawings)

4. All fillet weld shall be 100% DP tested.

5. Dished ends have to be stress relieved after forming.

6. All nozzles shall be covered with blind flanges, bolts, nuts & gaskets.

7. Nozzles shall be stiffened with 2 nos. of gussets at 90º apart.

8. All the weldings has to be carried out by qualified welders.

9. Name plate & bracket shall be provided for the tank.

Page 115: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

114 | P a g e

Cleaning:

The tank has to be mechanically cleaned by buffing wheel, degreased

after hydraulic test according to the procedure given below.

Mechanic Cleaning:

All surfaces inside and outside having scales and foreign

materials have to be cleaned. This can be done by;

a. Scrubbing with metallic brush

b. Sand blasting (iron free sand) and the loose scales and

powders obtained from the above process shall be cleaned by

blowing or washing.

1. Degreasing:

This is to remove oil and grease. This can be achieved by

vapour phase degreasing using trichloroethylene.

2. Pickling: (for inside surface only)

This is carried out after mechanical cleaning and degreasing

operations to remove all the rusts and scales. Following are the

guidelines for carrying out the same.

a) Cleaning with water.

b) Pickling with a solution containing Hydrofluoric and nitric acid.

c) The composition of the pickling solution and duration of

pickling are adjusted after trial test on a sample piece to remove

uniformly less than 25 Micron thick materials. Mostly the

composition is 5% Hydrofluoric acid (by wt) + 15 to 20% Nitric

acid (by wt) + balance water at ambient temperature.

3. Passivation: (for inside surface only)

This is to be done after the pickling operation. A solution

containing 25% HNO3 (by vol) and 75% water (by vol) at ambient

temperature will be used for this purpose. Duration of the passivation

should be 2 hours minimum. Finally rinsing with de-mineralised

water is to be carried out.

Note: After the process, no mechanical cleaning should be attempted.

Page 116: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

115 | P a g e

a. The cleaned surface is to be checked by using a white filter paper.

Rubbing of the paper on the surface should not change the colour of

the paper.

b. By analyzing the final used water the quality of cleaning can be

checked. The rinse water should not have suspended particles

more than 20mg/m2 (based on surface area). The pH value of the

de-mineralised water must be between 6.5-7.5.

4. Drying:

The drying is done to remove water and is to be done by

purging with Nitrogen having dew point less than -25°C and free from

oil and grease (less than 10ppm) at 60°C till the moisture level at the

exit comes to the inlet concentration.

5. Sealing:

After drying, the tanks should be sealed so that ambient

moisture cannot enter inside. The tanks are to be pressurized to 50

m.bar (Kg) with dry N2 gas.

1.B. SPECIFICATION OF ELECTRICAL SYSTEMS

Specifications of Flame proof Electrical Equipments

Flame proof items shall have Ex ‘d’ classification with the gas group as per

IS/IEC 60079-0, IS/IEC 60079-1 with latest amendments with gas group

classification of IIA/IIB, Zone 1 and temperature classification shall be T4.

All the flame proof items shall be certificated by CIMFR.

If the flame proof enclosures are additionally required to be weather proof,

neoprene gaskets shall be provided to make the enclosure, dust and weather

proof providing a degree of protection IP65.

Page 117: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

116 | P a g e

1.B.1 Electric Motors

Power Supply 415±10% volts, 50 Hz±5%, Three phase

Method of starting /

Speed control Variable Voltage Variable Frequency (V3F) drives

Standards IS 325 (latest edition)

Type Squirrel Cage Induction Motor,

Efficiency Class IE2

Insulation class Class F

Ambient Temperature 45 deg. C

Enclosure TEFC, Ex ‘d’, IIA/IIC, T4 or better, Zone 1

IP 65

Duty S1

Application Pump

Motor Makes CGL, BBL, SIEMENS, ABB

VFD Makes ABB, Schneider, SIEMENS,

General Motors provided shall have adequate performance characteristics such as starting torque, pull out torque, GD2 value, speed torque curve, thermal withstanding curve, etc. for meeting the driving and starting duty of the motor.

1.B.2 Flameproof Control Panel/Junction Box

The flameproof Control panels shall be provided for local ON/OFF

near motor location and necessary flameproof MCCB/MCB/MPCB,

LED indication lamps, LOCAL/REMOTE selector switches etc shall be

provided.

All flame proof junction boxes shall be 2 nos. of earthing terminal at

outside and 1 no. of earthing point at inside.

The material of flame proof junction boxes shall be cast aluminium

alloy LM6, IP65, Group IIB, T4 or better, Zone 1.

Page 118: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

117 | P a g e

1.B.3 Power and Control Cables

All Power cables used for electrical connections shall be XLPE

insulated, armoured Copper cables 1.1 kV grade, XLPE insulated, and

overall sheathed, stranded copper conductor, flat steel strip/ wire

armoured cables conforming to IS: 7098/ Part I (with latest

amendments) and the cable shall bear ISI certification mark.

All control cables shall be FRLS 2.5 sq.mm, 1.1 kV grade, ISI marked,

PVC insulated single core, stranded copper conductor wire / cable

conforming to IS:694 (with latest amendments).

The power and control cables are to be routed through cable

trenches/trays and are to be clamped suitably.

Compression type cable glands suitable for cable sizes used shall be

provided on the motor terminal box. Flameproof double compression

type cable glands shall be provided for flameproof motors.

1.B.4 Non flame proof VFD Panel in Control Room

Floor mounted VFD panel consisting of heavy Duty VFD’s, multifunction meters, LED indication lamps, self illuminated push buttons, MCCBs, etc.

The VFD panel shall made of 2mm thick CRCA, powder coated, paint shade RAL7032/35, and Gland plate – 3.0 mm Thickness CRCA.

Earth busbar Size –Preferably '25 X 6 mm Cu' with nuts (double earthing).

VFD panel Base frame – ISMC 100 x 50 mm with Matt black.

The VFD shall have local HMI & Class “A” Input/EMI filter and breaking chopper shall be the integral part of VFD panel.

Panel cooling fans with louvers.

The VFD's are to monitored & controlled by HMI/SCADA/PLC systems for ON/OFF, TRIP interlock, Speed control, and monitoring of important electrical parameters such V, I, Power, Drive ready status, any alarm indications.

Page 119: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

118 | P a g e

The provision shall be made for VFD’s ON/OFF in from VFD panel as well as from motor location by selection of Local/ Remote.

All necessary power, control, communication cables between Motors, VFD panel, Local control at Motor location etc.

1.B.5 Earthing: • All electrical equipments such as Motors, panels, flame proof control panels, VFD’s, etc and shall be double earthed. Earthing shall be done using GI strips. The scope does not includes construction of earth pits and chambers, the scope includes that the earth strips are to be extended to electrical equipments from earth strip/ bench which is already available in the facility. • Static earthing shall be provided for earthing liquid tanks, liquid feed lines, etc., as per the standards/ requirements. All the liquid tanks, liquid pipe lines shall be static earthed.

1C. SPECIFICATION OF INSTRUMENTATION SYSTEMS

1.C.1 SMART ABSOLUTE PRESSURE TRANSMITTER

Sl. No Parameters Specification

1 Type SMART Absolute Pressure Transmitter

≥200 bar Gauge pressure transmitter can

also be quoted.

2 Measurement Range, Fluid

medium and Maximum

Allowable Working

Pressure

As per Table 1

3 Maximum Turndown Ratio 100:1

4 Output Two wire 4–20 mA with superimposed

Digital communication with HART

protocol.

Page 120: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

119 | P a g e

5 Power Supply 12 to 30 V DC.

6 Local Indication Minimum 4½ digits LCD – Local Alpha

Numeric Digital display in Engineering

units.

7 Safety Integrity Level

Standard (SIL)

Safety Instrumented System Certification as

per IEC 61508 standard, SIL 2 or above.

8 Zero & Span Adjustments Zero and Span are to be adjusted from the

Handheld HART Communicator and

provision for local adjustment to be set

anywhere within the range limits.

9 Failure mode alarms High alarm ≥ 21.0 mA

Low Alarm ≤ 3.6 mA

10 Accuracy

@ TD 8:1 for URL<200 Bar

and

@ TD 2.5:1 for URL>200 Bar

≤± 0.09% of Calibrated span

(including the effect of Terminal - Based

linearity, hysteresis & repeatability)

11 Ambient Temperature Effect

for 28°C variation

@ TD 8:1 for URL<300 Bar

and

@ TD 2.5:1 for URL>300 Bar

≤ ± 0.4 % span

12 Stability ≤± 0.2 % of URL for 10years

13 Power Supply Effect ≤± 0.005 % of Calibrated Span per Volt.

14 Over Pressure limit Over pressure limit of selected transmitters

shall be 1.5 times of URL

15 Nominal Operating

Temperature

280-350K

16 Response time ≤ 150 millisecond

17 Wetted Material As per Table 1

18 Fill Fluid As per Table 1

Page 121: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

120 | P a g e

19 Transient Protection 3kAcrest (8/20microsecond) as per IEEE

C62.41.2 , IEC61000-4-4& IEC61000-4-5.

20 Drain /vent port Not required.

21 Electrical Connection ½ " – 14 NPT (F) with SS plug for dust proof.

22 Transmitter Process

connection

½ " – 14 NPT (F) or suitable for the quoted

manifold

23 Housing Material Polyurethane covered aluminium with ½”-

14 NPT conduit entry.

24 External Grounding screw

assembly on transmitter

body

Required

25 Mounting Bracket Stainless Steel Bracket with SS fasteners,

bolts, nuts, washers and U-clamps suitable

for 2 inch pipe mounting.

26 Calibration Calibration shall be carried out at room

temperature in 5 steps ascending and 5

steps descending. Calibration certificate is to

be provided. Calibration shall be traceable

to National Standards.

27 Ingress Protection IP65/66/67

28 Manifold 3way manifold. The manifold shall be

manufactured by transmitter manufacturer

with catalogue part number and data sheets

or from one of the approved makes like

Parker, Swagelok, Anderson.

Page 122: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

121 | P a g e

1.C. 2. SMART DIFFERENTIAL PRESSURE TRANSMITTER

Sl.No Parameters Specification

1 Type SMART Differential Pressure Transmitter

2 Measurement

Range, Fluid

medium and

Maximum

Allowable Working

Pressure

As per Table 1

4 Turndown Ratio 100:1

5 Output Two wire 4–20 mA with superimposed Digital

communication HART protocol.

6 Power Supply 12 to 30 V DC.

7 Local Indication Minimum 4 ½ digit LCD- Local Alpha Numeric

Digital display in Engineering unit.

9 Safety Integrity

Level Standard (SIL)

Safety Instrumented System Certification as per IEC

61508 standard, SIL 2 or above.

10 Zero & Span

Adjustments

Zero and Span are to be adjusted from the

Handheld HART Communicator and provision for

local adjustment to be set anywhere within the range

limits.

11 Failure mode alarms High alarm ≥ 21.0 mA

Low Alarm ≤ 3.6 mA

12 Reference Accuracy

@ TD 5:1

≤ ±0.075%Span for URL above 100 mbar

≤ ± 0.1% span for URL below100 mbar

(including the effect of Terminal - based linearity,

hysteresis& repeatability).

13 Ambient

Temperature effect

for 280 C variation

@ TD 5:1

≤±0.4%Span for URL above 100 mbar

≤± 0.75% for URL below 100 mbar

Page 123: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

122 | P a g e

14 Stability ≤±0.2%URL for 5 years , for URL above 100 mbar

≤±0.2% URL for 1 year, for URL below 100 mar

15 Power Supply Effect ≤± 0.005 % of Calibrated Span per volt.

16 Mounting Position

Effect

Zero shifts can be calibrated out.

17 Static Pressure effect Span error: ≤ ± 0.2 % of span /70 bar for URL above

100 mbar.

Span error: ≤0.45 %span/70 bar for URL below 100

mbar

18 Maximum Static

pressure

As per Table 1

19 Over pressure limit Over pressure limit of selected transmitters should

be 1.25 times of URL (Upper range Limit) .

20 Nominal Operating

Temperature

280-350K

21 Response time ≤ 300 ms

22 Wetted Material As per Table 1

23 Fill Fluid As per Table 1

24 Transient Protection 3kAcrest(8/20microsecond) as per IEEE C62.41.2 ,

IEC61000-4-4& IEC61000-4-5.

25 Drain / vent port Not required.

26 Electrical

Connection

½ " – 14 NPT (F) with SS plug for dust proof.

27 Transmitter Process

Connection

½ " – 14 NPT (F) or suitable for the quoted manifold

28 Housing Material Polyurethane covered aluminium with 1/2-14NPT

Conduit entry.

Page 124: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

123 | P a g e

Table-1 List of Pressure Transmitter

Sl. No.

Tag No. Fluid

medium Type

Range (bar) Temperature

(K)

1. LPI701 GN2 AP 0-300 280-350

2. LPI701(S) GN2 AP 0-300 280-350

3. LPI702 GN2 AP 0-50 280-350

4. LPI702(S) GN2 AP 0-50 280-350

5. LPI703 GN2 AP 0-50 280-350

6. LP1704 GN2 AP 0-5 280-350

7. LP1704(S) GN2 AP 0-5 280-350

8. LPI705 GN2 AP 0-5 280-350

9. LPI 708 GN2 AP 0-10 280-350

10. LPI 708(S) GN2 AP 0-10 280-350

11. LPI 706 GN2 AP 0-5 280-350

12. LPIA01 IPA AP 0-5 280-350

13. LPIA02 IPA AP 0-10 280-350

14. LPIA03 IPA AP 0-10 280-350

29 External Grounding

screw assembly on

transmitter body

Required.

30 Mounting Bracket Stainless Steel Bracket with SS fasteners, bolts, nuts,

washers and U-clamps suitable for 2 inch pipe

mounting.

31 Calibration Calibration shall be carried out at room temperature

in 5 steps ascending and 5 steps descending.

Calibration certificate is to be provided. Calibration

shall be traceable to National Standards.

32 Ingress Protection IP65/66/67

33 Manifold 5 way manifold. The manifold shall be manufactured

by transmitter manufacturer with catalogue part

number and data sheets or from one of the approved

make Parker, Swagelok, Anderson.

Page 125: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

124 | P a g e

15. LPIA04 IPA AP 0-5 280-350

16. LPIA05 IPA AP 0-5 280-350

17. LPIA06 IPA AP 0-5 280-350

18. DP1 IPA DP 0-500mbar, LP=5bar 280-350

19. DP1(S) IPA DP 0-500mbar, LP=5bar 280-350

20. DP2 IPA DP 0-2 bar, LP=5 bar 280-350

21. DP2(S) IPA DP 0-2 bar, LP=5 bar 280-350

22. DP3 IPA DP 0-500mbar, LP=2 bar 280-350

23. DP3(S) IPA DP 0-500mbar, LP=3 bar 280-350

(S) indicates spare measurement

1.C.3a.SPECIFICATION OF 3 way MANIFOLD

1 Type : 3 way manifold

2 Material : 316 SS

3 Packing material : PTFE

4 Seat type : Integral

5 Instrument Connection : Suitable for quoted transmitter interface

6 Process connection : ½ inch-14 NPTF

7 Maximum Operating

Pressure

: 400 bar for pressure transmitters up to

250bar

8 Operating Temperature : 280-350K

9 Hydro Testing at factory : To be carried out at 1.5 times the maximum

operating pressure for all the manifolds and

certificate to be provided

10 Material Test certificate : To be provided

11 Mounting Bolts : To be supplied with SS material.

Page 126: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

125 | P a g e

1.C.3b. SPECIFICATION OF 5 WAY MANIFOLD

Along with offer, the vendor shall supply the detailed catalogue and the selected

model matrix for pressure transmitter and manifold. The dimensional drawing for

manifold shall also be provided.

1.C.4 TEMPERATURE TRANSMITTER

Inputs : a. 2/3/4 wire Pt 100 IEC

: b. 2/3/4 wire Pt 500 IEC

Output Signal : Two-wire, 4-20mA with superimposed digital communication (HART protocol)

Power Supply : 12 to 42 VDC

4-20 mA D/A accuracy

: ≤ ± 0.03% of span

CJC accuracy for : ±0.25 degC

1 Type : 5 way manifold

2 Material : 316SS

3 Packing material : PTFE

4 Seat type : Integral

5 Instrument Connection : Suitable for quoted transmitter interface

6 Process connection : ½ inch-14 NPTF

7 Maximum Operating

Pressure

: 400 bar for pressure transmitters up to

250bar

8 Operating Temperature : 280-350K

9 Hydro Testing at factory : To be carried out at 1.5 times the maximum

operating pressure for all the manifolds and

certificate to be provided

10 Material Test certificate : To be provided

11 Mounting Bolts : To be supplied with SS material.

Page 127: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

126 | P a g e

T/C

Ambient Temp effect for 10 °C variation in temperature

: RTD (IEC: Pt500, Pt100): 0.04ohm

Stability 0.05%URL for 5 years

Indication : Minimum 4½ or 5 digit LCD indicator

Zero and Span Adjustment

: By Hand-Held Terminal or Local adjustment.

Temperature Limits : Operation: 280-350K

: Storage : 280-350K

Sensor Failure : In case of sensor or circuit failure, theself diagnostics to drive the output to 3.9 or to 21.0mA,user selectable.

Humidity Limits : 10 to 100% RH (non condensing)

Turn-on Time : ≤ 10 seconds

Update Time : ≤ 0.5 seconds

Damping : 0 to 30 sec (adjustable)

Power Supply Effect

: ≤ ± 0.005% of calibrated span per volt.

EMI Effect : To be designed to comply with IEC standards

Alarm : As per NAMUR standards.

Configuration : To be done by an Hand- Held terminal (HART protocol) or locally using switches.

Electrical connection : ½-14 NPT

Material of Construction

: Painted copper aluminium housing, with Buna N 0-rings on cover

Ingress Protection : IP65/66/67

Accessories : Mounting bracket to be supplied to mount on 2” pipe

1.C.5 RTD PROBES

Measurement range: 280-350K

Time constant: ≤3 s

Material of sheath: SS 316

Insulation resistance: >100 MΩ at 50 Vdc

Sensitivity: 0.00385 Ω/Ω/C

Immersion length: 40mm

Stability of R (0C): 500 Ω Nominal ± 0.001 Ω

Max. Pressure: 15 bar

Page 128: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

127 | P a g e

Max. Flow rate: 20 m/s (perpendicular to the sensor)

Suitable mounting interface for mounting is to be provided

Calibration certificate for the measurement range is to be provided

Table-2 List of Temperature Transmitter

Sl. No.

Tag No. Range (K)

1 LTI701

280-350

2 LTI702

3 LTCA01

4 LTCA02

5 LTCA03

6 LTCA03 (S)

Table-2a List of RTD Probes

Sl. No.

Tag No. Range (K)

1 LTI701 280-350K

Medium GN2

2 LTI702

3 LTI701(S)

(S) indicates spare measurement

RTD Probes to be supplied by vendor but surface RTD (Test article measurement)

will be under department scope. But, all temperature transmitters to be supplied by

vendor.

1.C.6 MASS FLOW METER

Flow tube :

Type : Coriolis Mass flow

Tag No : As per Table-3

Fluid Medium : IPA

Maximum Operating pressure : 10bar

Page 129: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

128 | P a g e

Operating Flow range : 0-5 kg/s

Line size (NB) : 2”

End Connection : RF Flanged ANSI B16.5, #150 class

flange rating

Process temperature : 280 to 350 K

Mass flow accuracy (Including linearity ,

Repeatability & zero stability)

@ Max. flow & Min. flow : ≤± 0.15% of Reading

Pressure Drop

@ Max. flow & Min. flow : < 0.05Mpa

Temperature accuracy : ± 1°C ± 0.5% of rate in °C

Materials of construction

Flow Tube & Flange

Housing

: SS 304L/SS316L

SS 304/SS316 Transmitter

Transmitter Output : 1. One active 4-20 mA output to represent Mass Flow with HART communication

2. One passive 4-20 mA output to

represent Mass / temperature /

density

3. One active pulse output for mass

flow rate

Power supply : 24 V DC ±10%

Field mount housing : Epoxy painted cast Al housing

Housing protection : NEMA 4X (IP67)

Flow Transmitter Mounting : Remote/Integral mount (For remote

mount: mounting kit to be provided,

interconnecting cable to be supplied)

Local display : LCD display, Flow rate/ Total in

Engineering unit.

Programming : Through Front Panel Key Pad &

HART Communicator

The party shall provide the following along with the quote

Page 130: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

129 | P a g e

Catalogue, Drawing & Specifications:

The party shall provide detailed catalogue showing part numbers and

options selected in their quotation.

The party shall provide with dimensional drawing of quoted flow meter.

The quote shall indicate the inaccuracy of flow meter including Non-

linearity, Repeatability, Long term stability & Zero stability for the minimum

and maximum flow rates.

Flow meter Sizing Sheet

The party shall provide detailed sizing sheet with Pressure drop, Velocity &

Accuracy for operating flow range.

During procurement and supply phase, the vendor shall provide with

Calibration Certificate

Calibration certificate of fully assembled flow meter from National

Accredited Laboratory shall be provided.

Calibration shall be carried out at minimum 5 points of required flow range,

with water or equivalent medium, preferably water.

Accuracy of calibration rig to be provided.

The accuracy change due to calibration medium other than water shall be

provided.

The vendor shall dispatch the items, only after the approval of calibration

certificates.

Table-3 List of Flow Meter

Sl. No.

Tag No. Fluid medium Mass flow rate Temperature (K)

1 LFQA01

IPA 5 kg/s 280-350

2 LFQA02

IPA 5 kg/s 280-350

3 LFQA01(S)

IPA 5 kg/s 280-350

(S) indicates Spare measurement.

Page 131: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

130 | P a g e

1.C.7 HART COMPATIBLE HAND HELD COMMUNICATOR FOR

PROGRAMMING THE TRANSMITTERS.

HART communicator suitable for communicating with all quoted pressure,

temperature, Guided Wave level & flow transmitters. The communicator should be

able to communicate all device specific and generic commands. The required

updated versions of DDs shall be loaded.

Note: The party shall provide detailed catalogue along with offer. Along with the

supply of items, the party shall provide test certificates.

1.C.8 SOLENOID VALVE Valve Body

Type: Three way, Normally closed

Body material : SS 316

Housing : Die cast Aluminium epoxy painted

Stem: SS 316/ SS304

Seat: Viton

End connection: Threaded female NPT conforming to ANSI-B1.20.1. 1/4"

NPT (F)

Mounting altitude: Any altitude without affecting their operation.

Orifice Size: <3 mm

Solenoid

Power supply : 24 VDC / 300 mA (max)

Solenoid coil: Suitable for continuous energization.

Enclosure: IP 65/66/67

Coil insulation: Class H as defined in IS: 1271.

Coil pick up voltage: Between 50 to 70% of normal supply voltage.

Coil drop up voltage: Between 30% to 50% of nominal supply voltage.

Coil temperature rise: Not to exceed 70°C.

Double coil

Response Time : Less than 100 ms.

Conduit connection: Enclosure shall have 1/2” NPT (F) connection for

power Supply cable.

Mode of operation: Direct operated

Manual operation : Provision to open the valve using Lever

Freewheeling Diode : Two diode in series to be provided (polarity should

be indicated in the supply coil side)

Page 132: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

131 | P a g e

Process condition

Fluid: Given in table-4

Operating Pressure: Min. 2 bar, Max. 10 bar, Nominal: 7 bar

Service Life : 50,000 cycles

Operating Temperature: 280-350K

Relative humidity: up to 95%

The party shall provide the following along with the quote.

Catalogue, Drawing & Specifications:

The party shall provide detailed catalogue showing part numbers and

options selected in their quotation.

The party shall provide with dimensional drawing of quoted solenoid.

(s) indicates spare

1.C.9 JUNCTION BOX

1. Enclosure

All Junction Box shall be weather proof & explosive proof.

The degree of ingress protection shall be IP65/66/67.

The equipment shall be suitable for operating in humid & corrosive

atmosphere

Junction box shall have housing of cast aluminium LM6 alloy

All Junction Box shall be provided with neoprene gaskets.

All accessories like nut, bolts, washers etc shall be made of stainless steel

SS- 304.

Sl. NO.

Tag No. Fluid

Medium

Nominal Size

(metric)

MAWP (MPA)

Pressure rating class

Normal Position

Response time (sec)

Working temp. range

(K)

1 LVP709 GN2 DN100 1.43 150 Closed 2 280-350

3 LVP710 GN2 DN40 1.43 150 Open 1 280-350

5 LVP701 GN2 DN15 1.43 150 Closed 1 280-350

7 LVPA02 IPA DN50 1.43 150 Closed 2 280-350

8 LVPA03 IPA DN50 1.43 150 Closed 2 280-350

9 LVPA04(S) IPA DN50 1.43 150 Closed 2 280-350

Page 133: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

132 | P a g e

Conduit and cable entry- Side & Bottom Entry

Door of JB- Hinged with proper locking arrangement to avoid entry of

dust and moisture

Ambient temperature-50 deg C

Ambient humidity-0-100 % RH

Earthing : Two numbers of Earthing bolts for JB Earthing.

Junction box size shall be of 300 x 300 x 165mmdimensions. The exact

dimension shall be finalized during Detailed Engineering.

2. Terminal blocks

Terminals shall be shrouded and shall be numbered as per the wiring

diagram. Minimum rating of the terminal block shall be 5 Amps.

For Individual shielded multipair cables a separate terminal shall be

provided for each shield drain wire.

Terminal Strip- screw-less cage clamp type capable of terminating 1

sq.mm and 1.5 sq mm cables

3. Name plate

Aluminium anodized nameplate indicating the equipment to be

controlled shall be provided on each local Junction Box. The particulars

of the plate will be supplied to the vendor. Nameplate shall be fixed by

screws and not pasted.

The letter shall be engraved in black on white background.

Certificate numbering date and gas group classification must be indicated

on the manufacturer’s nameplate on each junction box.

4. Mounting

Junction Box shall have 4 lugs for fixing on wall or fabricated steel support.

The lugs shall be offset so that the rear of the unit stays away from the

surface by at least 5mm. Two of the holes shall be round and the other two

oblong to facilitate correct positioning. All screws, nuts and studs etc. shall

be of electro galvanized or zinc passivated type.

Page 134: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

133 | P a g e

5. Painting

The enclosure shall be treated & prepared for painting with two coats of

Dark admiralty grey shade 632 of IS-5 epoxy paint (Both inside and

outside)

The party shall provide the following along with the quote

Catalogue, Drawing & Specifications:

The party shall provide detailed catalogue & dimensional drawing of quoted

junction box.

Dimensional drawing shall indicate pneumatic tubing entry, inside header

and cable entry provisions

During Detailed engineering, the exact number of cable entries shall be

decided and the final drawing shall be approved by Department before

fabrication.

1.C.10 PVC CABLE

CONSTRUCTION:

64 Core (32x 2core) PVC Cable (Un-Armoured)-FRLS Type

18AWG (19/0.25mm) Annealed tinned high conductivity copper conductor,

insulated with polyethylene, 2 cores of Red and Black twisted to form a pair,

melinex taped, mylar backed aluminium taped with a drain wire of size 7/0.31mm

Annealed tinned copper, melinex tapped, PVC sheathed, such 32 groups laid up,

melinex tapped, overall sheathed with FRLS PVC and Blue in colour.

2 Core PVC Cable (Armoured) – FRLS Type

One pair of 19/0.25 mm (18 AWG) annealed tinned copper conductor,

polyethylene insulated, cores colour coded, melinex taped, mylar backed

aluminium taped with a drain of size 19/0.25 mm Annealed tinned copper, melinex

tapped, PVC sheathed steel round GI wire armoured and overall sheathed with

FRLS PVC and Blue in colour.

4 Core PVC Cable (Armoured) – FRLS Type

2 pairs of 7/0.31mm (20 AWG) annealed tinned copper conductor,

polyethylene insulated, cores colour coded, both pairs laid up to form a group,

melinex taped, mylar backed aluminium taped with a drain of size 7/0.31mm

Annealed tinned copper, melinex tapped, PVC sheathed, steel round GI wire

armoured and overall sheathed with FRLS PVC and Blue in colour.

Page 135: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

134 | P a g e

2 Core PVC Cable (Armoured) – FRLS Type

One pair of 7/0.31mm (20 AWG) annealed tinned copper conductor,

polyethylene insulated, cores colour coded, melinex taped, mylar backed

aluminium taped with a drain of size 7/0.31mm Annealed tinned copper, melinex

tapped, PVC sheathed steel round GI wire armoured and overall sheathed with

FRLS PVC and Blue in colour.

DETAILED SPECIFICATIONS:

1. Voltage grade : 300 V

2. Operating temperature : 15 Deg.C to 50 Deg.C

3. Conductor :

a) Material : Annealed Tinned copper as per IS:8130

b) Size of the conductor : 20AWG (7/0.31mm)

18AWG (19/0.25mm)

4. Insulation

a) Material : solid polyethylene type-03of BS6234

b) Thickness (Nom.) : 0.40 mm

c) Pair colors : Red, Black (Twisted)

d) No. of twists/mtr : 30 (Min)

e) Dia. over insulation (Nom.) : 1.75 mm

5. Screening over group

a) Tapping before and after : Thickness of melinex tape to be 0.025mm

(100% screening Coverage, min-20% overlap)

b) Screening

i) Material : Aluminium mylar tape

ii) Thickness : 0.044mm

iii) Coverage and overlap : 100% Coverage and 35% overlap

iv) Drain wire : 7/0.31mm Annealed tinned copper

Page 136: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

135 | P a g e

6. Inner sheath

a) Material : PVC type ST2 of IS:5831with FRLS properties

b) Thickness (Nom.) : 0.65 mm

c) Colour : Black

7. Outer sheath

a) Material : PVC type ST2 of IS:5831with FRLS properties

b) Thickness (Nom.) : 2.2 mm (96 & 64 Core)

2.0 mm (16,4 & 2 Core)

c) Colour : Blue

8. a) Insulation elongation : 300%

b) Sheath elongation : 150%

c) Insulation T.S : 100 Kg/cm2

d) Sheath T.S : 125 Kg/cm2

9. a) Approx. overall diameter : 96 Core : 46.0 mm

64 Core : 46.0 mm

16 Core : 23.0 mm

4 Core : 16.0 mm

2 Core : 10.0 mm

b) Tolerance : ± 2mm

10. Electrical parameters

a) Conductor resistance at 20

deg.C

: 20 AWG: 40.0 Ohms/Km

18AWG: ≤21.5 ohm/Km

b) Min. Insulation resistance of

finished cable at Room

Temperature

: 5000 Mohms-Km

Page 137: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

136 | P a g e

c) Max. Mutual capacitance : 75.00 pF/m at 0.8/1.0KHz

d) Max. capacitance core to screen

at 0.8/1.0KHz

: 400 pF/m

e) Max. drain wire resistance (with

screen contact)

: 37 ohms/Km

f) Inductance : 20 AWG: < 650 H/Km

18AWG: < 1000H/Km

g) L/R Ratio : 20 AWG: < 25 H/ohm

18AWG:< 40H/ohm

h) Static noise : better than 60dB

i) Characteristic impedance

(typical)

: 20 AWG: 450 ohm ± 15%

18AWG:350 ohm 15%

HV test

i) Conductor to conductor : 1 KV for 1 minute

ii) Conductor to screen :

11. FRLS Tests

1. Min Oxygen Index when tested

as per ASTM D2863

: 29%

2. Min Temperature Index when

tested as per ASTM D2863

: 250 Deg. C

3. Max Smoke Density rating

when tested as per ASTM

D2843

: 60%

4. Max Acid gas generation when

tested as per IEC 754 (I)

: 20%

5. Flammability test as per IEEE

383,IEC 332-III category-C and

SS424 1475 CLF3

: Shall meet the requirement

Page 138: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

137 | P a g e

12. General : Cable should be Anti-Rodent and Anti-

termite type

13. Cable mark : a. The cable group number (1-16) shall be

printed on the cable at 0.5m interval.

b. The cable type shall be embossed /

printed on the outer sheath at 1.0m

interval.

14. Length marking : At every meter on outer sheath.

15. Drum lengths :

i) Standard Continuous length : 96 & 64 Core: 500 meters

16,4 & 2 Core: 1000 meters

ii) Tolerance : ±5%

Applicable only for Armoured Cables

16. Armouring

a) Material : Galvanized Steel round wire

b) Size : 1.4 mm dia

General Specifications:

1. Wherever PVC is specified virgin PVC should be used.

2. All cables should have ‘anti-rodent’ type outer sheath and should be

immune to termite attack. It is required to have these protections by

addition of chemicals to outer sheath.

3. Cable testing as stipulated in section 1 shall be conducted and

necessary conformity certificate should be supplied by the

manufacturer.

4. Thermal aging test certificate to be provided by manufacturer for each

type of cable.

5. Cable should be manufactured relevant to the following standards.

a. Copper conductor : IS 8130 – 1984

b. Poly Ethylene (PE) insulation : BS 6234

Page 139: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

138 | P a g e

c. PVC insulation : IS 5831.

d. FRLS properties : ASTM D2863, IEC 754(I),

IEC 332-III category-C &

SS424 1475 CLF3

6. Proper packing material to be used during laying (manufacturing) in

order that the finished sheathed cable cross section is circular with a

tolerance of ±5% of dia.

7. Cable should have proper laying to maintain circularity and tight

packing with outer sheath shall be ensured.

8. Cable drum should withstand transportation and handling.

9. The drums shall be proofed against attack by white ant or termite,

conforming to IS:10418:1982

Cable Testing

The following tests as per applicable IS/BS standard shall be conducted in

the presence of Department engineer and test certificate to be provided.

a) Conductor resistance test

b) Cold bend test

c) Insulation resistance test

d) High voltage test

e) Mutual capacitance test

f) FRLS tests:

i. Min Oxygen Index test as per ASTM D2863

ii. Min Temperature Index test as per ASTM D2863

iii. Max Smoke Density rating test as per ASTM D2843

iv. Max Acid gas generation test as per IEC 754 (I)

v. Flammability test as per IEEE 383,IEC 332-III and SS424

1475 CLF3

Page 140: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

139 | P a g e

Note:

1. The vendor shall provide detailed catalogue along with offer

2. The vendor shall provide sample piece during detailed engineering from the

manufacturer.

3. The tests shall be carried out in the presence of Department Engineer.

4. The vendor shall provide test certificate before dispatch of items. The vendor

shall dispatch the item only after clearance of test certificates by Department.

18/20 AWG Single core PTFE wire

1. C.11 18 AWG SINGLE CORE PTFE WIRES

Inner conductor : Multi Stranded silver plated copper wire of size

AWG 18/19/0.25mm.

Standard : MIL-W-16878 (or) JSS 51034

Core insulation : PTFE tape wrapped and fused

Insulation thickness : 0.25 0.05 mm

Conductor dia (Nominal) : 1.27 0.03 mm

Diameter of core including

insulation

: 1.87 0.1 mm

Colour : To be decided during Detailed Engineering

Max. Resistance of the

conductor at 20 O C

: 18.99/Km

Roll : 100m 10%continuous per drum

1.C.12 20 AWG SINGLE CORE PTFE WIRES

Inner conductor : Multi Stranded silver plated copper wire of size

AWG 20/19/0.2mm.

Standard : MIL-W-16878 (or) JSS 51034

Core insulation : PTFE tape wrapped and fused

Insulation thickness : 0.25 0.05 mm

Conductor dia (Nominal) : 1.02 0.03 mm

Diameter of core including

insulation

: 1.57 0.1 mm

Colour : To be decided during Detailed Engineering

Max. Resistance of the

conductor at 20 O C

: 32.8/Km

Roll : 100m 10%continuous per drum

Page 141: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

140 | P a g e

TEST DETAILS ON EACH OF THE ABOVE MENTIONED CABLES AS PER

JSS: 51034 STANDARDS

The following tests are required to be carried out at manufacturer’s site.

NAME OF THE TEST EXPECTED REQUIREMENT

1. Dimensional check : As per standard

2. Concentricity of Insulation : Greater than 70%

3. Spark test : 3.4 KV for 1 sec

4. Conductor Resistance : As per standard

5. Dielectric withstanding voltage : 2.0KV for 1 minute

6. Insulation Resistance : 1500M/km.Min

7. Silver coating thickness over conductor : 1 micron Min

8. Conductor Elongation : 10% Min

9. Insulation tensile strength : 21 106 N/m2 Min

10. Insulation Elongation : Greater than150% Min

11. Cold Bend : -65° C for 4 Hours

12. Heat resistance : 290C for 96 Hours

13. Wrap Back (307C for 2 Hours) : No cracks. No dielectric

Break down.

14. Flammability :i) Wire shall cease to burn less than 10 sec.

ii) Total length burnt or

charred not exceed 75 mm

ON FINISHED CABLE

1. Shielded coverage : 90%

2. Dielectric withstanding voltage between : 2 KV for 1 minute core and shield

Note: 1. The party shall provide detailed catalogue along with offer. 2. The vendor shall provide sample piece during detailed engineering from the

manufacturer. 3. The vendor shall provide test certificate before dispatch of items. The vendor

shall dispatch the item only after clearance of test certificates by Department.

Page 142: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

141 | P a g e

1.C.13 CABLE TRAYS

Perforated Cable Tray:

Type : Perforated type cable tray

Material : Mild Steel As per IS: 2062 / 1079

Finish : Hot dip galvanized, Self-color.

Galvanizing : As per IS: 2629 / 4759

Length : Standard length of tray is 2500 / 3000mm

Loading : As per NEMA standard

Size : As per table

Table

WIDTH (mm) HEIGHT (mm) THICK (mm)

50 25 1.6

100 25 2.0

300 50 2.0

Note: Accessories like cross, Vertical bend, Reducer, Horizontal Tee, Coupler

plates, necessary Bolts & Nuts to be quoted as 1 lot.

Ladder type Cable Tray:

Type : Ladder

Material : Mild Steel As per IS: 2062 / 1079

Finish : Hot dip galvanized, Self-color.

Galvanizing : As per IS: 2629 / 4759

Length : Standard length of tray is 2500 / 3000mm

Rung Spacing : 250 mm

Loading : As per NEMA standard

WIDTH (mm) HEIGHT (mm) THICK (mm)

300 100 2.5

Operating temperature : 60 °C maximum

Humidity : Up to 95% RH

Page 143: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

142 | P a g e

Note:

The Accessories like cross, Vertical bend, Reducer, Horizontal Tee,

Coupler plates, necessary Bolts & Nuts shall be quoted.

The vendor shall provide detailed catalogue along with offer

1.C.14 STRUCTURAL STEEL MATERIALS

1. Material : Structural steel includes steel sections,

L angles, Plates, steel pipes chequered & Plain

plates

2. Material Governing

standard

: IS 2062 (GRADE-A)

3. Dimensions governing

standard

: IS 808 & IS 1161

4. Certificates : Test certificates showing heat number,

physical and chemical properties of the

items in conformance to relevant standard

shall be sent along with dispatch documents.

1.C.15 SPECIFICATIONS OF ISOLATORS

ISOLATORS FOR PRESSURE AND TEMPERATURE MEASUREMENTS Type: Isolators HART communication interface possible through both 4-20 mA outputs. 1. Input (Intrinsically Safe)

Input signal : 4 mA - 20 mA Voltage at 20 mA : 16V min

2. Outputs (Not Intrinsically Safe) Output voltage : 2-10V Number of outputs : 1 Output resistance : 500ohm Ripple : <=25mV

3. Power Supply: Supply voltage : 20V- 35V DC Connection type : Power rail and terminal

4. Details of certificate of conformity Group, Category, ignition protection Method:

: ATEX II 2 G EExiaIIC T6 Voltage (Uo) : <28VDC Current (Io) : <100 mA

5. Transfer Characteristics Transfer error :<=0.1%

Page 144: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

143 | P a g e

6. Galvanic Isolation Between

: Input & Output. : Input & Power supply : Output & Power supply.

7. General Operating temperature : 15°C to 50°C Power supply feed provision : Through power rails/Back plane Mounting : DIN rail (35 mm)

ISOLATOR FOR E/P VALVE STATUS 1. Input

Type : Proximity/Relay. No. of channel : 2 Reverse mode : To be provided LED indication : Relay output & power supply Connections Type : Terminals Lead monitoring : Required

2. Output (not intrinsically safe) Connection type : Terminals Output I & II : signal; relay Minimum switching current : ≥2 mA/24V DC Energized/De-energized delay : approx. 20 ms / approx. 20 ms Mechanical Life : 10^7 switching cycles

3. Power supply Connection type : Power rail and terminals Rated operational voltage : 20…30 VDC

4. Details of certificate of conformity Group, Category, ignition protection Method

: ATEX II 2 G EExiaIIC T6 Voltage (Uo) : 10.5 V Current (Io) : 14 mA

5. Transfer characteristics Switching frequency : ≥10 Hz 6. Galvanic Isolation Between

: Input & Output. : Input & Power supply : Output & Power supply.

7. General Operating temperature : 15°C to 60°C Power supply feed provision : Through power rails/Back plane Mounting : DIN rail (35mm)

ACCESSORIES The party shall quote for all required accessories such as power rails, power feed modules, Din rail, mounting kit, Backplane etc.

Page 145: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

144 | P a g e

Note: The party shall provide detailed catalogue along with offer. Along with the supply

of items, the party shall provide test certificates. The isolators shall undergo

functional test, linearity check etc at Department site after supply. After passing the

test as per specification only, the isolators shall be accepted by Department.

1.C.16 SPECIFICATION FOR ELECTROMECHANICAL RELAY

Technical data:

Coil side:

Nominal i/p voltage : 24 VDC

Nominal i/p current : 18 mA

Typical response time : 8 ms

Typical release time : 10 ms

Protective circuit : Reverse polarity diode and

Free wheeling diode provision.

Contact side:

Contact type : DPDT

Contact material : AgNi

Maximum switching voltage : 250VAC/DC

Minimum switching voltage : 5VAC/DC (at 10 mA)

Minimum switching current :10 mA

Limiting continuous current : 6 A

Interrupting rating max : 140 W (at 24 VDC)

General data:

Test voltage relay winding/relay contact : 4 KVAC (50 Hz, 1min)

Test voltage PDT/PDT : 2.5 KVAC (50 Hz, 1min)

Operating temperature : 15 to 60 º C

Mechanical life service : 3*107 cycles

Standards/Regulations : IEC 60664, EN 50178, IEC 62103

Indication : LED for indicating Command ON

Connection data:

Connection method : Screw connection

Conductor cross section solid max : 2.5 mm2

Page 146: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

145 | P a g e

Note: 1. The party shall provide detailed catalogue along with offer. 2. Along with the supply of items, the party shall provide test certificates. The

relays shall undergo functional test at Department site after supply. After

passing the test as per specification only, the relays shall be accepted by

Department.

1.C.17 SPECIFICATIONS OF SWITCHED MODE POWER SUPPLIES

(Low ripple) Configuration:

Dual redundant configuration with Din rail mountable diode ‘OR’ ing unit.

Each unit consists of two numbers of single power supply and one diode ‘OR’ing

module.

Input:

Voltage : 230V AC

Frequency : 50 Hz

Power factor Correction : ≥ 0.9 at 230V AC input

Output:

Voltage : 24V ±10%

Voltage setting accuracy : ±1%

Current rating : 10 A

Ripple : 5 mVrms

Efficiency : 85%

Output voltage setting : Through front panel

Status output:

Power supply O.K. signal : Potential free contact

LED Indications:

For output voltage : To be provided

For output low voltage : To be provided

Protections:

Short circuit protection : To be provided

Over voltage protection : To be provided

General:

Operating temperature range : 15˚ to 55˚C

Cooling : Natural air cooling

Parallel Operation : Set in single or parallel mode

Mounting : DIN rail mountable

Page 147: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

146 | P a g e

Connection type : Screw connection

Isolation Voltage : Input to output 3KVAC for 1 min.

Compatibility to EMI : As per applicable standards

Note:

The party shall provide detailed catalogue along with offer.

The power supply shall undergo load regulation test, ripple test, stability test and

line regulation test. After passing the test as per specification only, the power

supply and shall be accepted by Department.

1.C.18 Multi-pin CONNECTORS

Male and Female Contacts

Type : Crimp

Contact Material : Copper alloy-hard gold plated over Ni

alloy Gold plating thickness: 2μm Ni

thickness: 3μm

Contact size : 18 AWG and 20AWG

Working Current : 10 A

Working voltage : 600 V

Insulation resistance : ≥ 100 M ohm

Contact resistance : 3milli Ohm

Crimp connection

- Stripping length : 8.0 mm

2. Inserts:

No. of Poles : 72(3sets including spare)/42 (2 sets

including spare)

Rated Voltage to UL/CSA : 600 V

Page 148: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

147 | P a g e

Rated current : 10 A

Rated impulse withstand voltage : 4 kV

Pollution severity : 3(Conductive pollution, or dry,

non-conductive pollution that is

liable to be rendered conductive

thru condensation)

Insulation resistance : ≥ 1010 ohm

Material : Glass fiber reinforced Poly

Carbonate

Temperature Range : 15 oC …. +50 oC

Flammability to UL 94 : V0

Mechanical service life : ≥ 500 mating cycles

3. Hoods

Materials : Die-Cast Aluminium

Surface : Powder coated RAL 7037(Grey)

Flammability to UL 94 : V0

Cable entry : Bottom/Top

Cable entry dia : M32

Protection : IP65

4. Base Housing (bulk head)

Material : Die-Cast Aluminium

Surface : Powder coated RAL 7037(Grey)

Page 149: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

148 | P a g e

Flammability to UL 94 : V0

Locking Mechanism : Double latch

Locking material : Stainless Steel

Cable entry dia : M32

Protection : IP65

5. Standards & Certifications

1. Certification : UL, CSA or equivlent

2. Standard : DIN EN 60 664.1 DIN EN 61 984

6. Cable Entry Gland

1. With suitable cable gland/clamp with strain relief features

2. Material/Colour : Polyamide 6/RAL 7035

3. Temperature range : 15C…50C

4. Class of protection : IP 65

5. The thread shall suit to the cable entry points at the Hood and Housing.

7. Sealing Plug

1. Material/Colour : Polyamide 6/RAL 7035

2. Temperature range : 15C to 50C

3. Size : M32

4. The thread shall suit to the cable entry points at the Hood and Housing

Note:

The party shall provide detailed catalogue along with offer indicating the part

number of items and specifications.

Page 150: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

149 | P a g e

1.C.19 INSTRUMENTATION DOUBLE RACK

Controller, I/O modules, Programming, SCADA and Data storage node and

relevant devices shall be housed in standard instrumentation rack. The number

of racks required and their general assembly shall be decided at the time of

detailed engineering.

1.C.19.1 SPECIFICATION

1. Dimension

Height - 42U Width(1200mm) & Depth(800mm)

2. Standard : Conforms to DIN 41494 & EIA 310

3. 100 mm Height Base Frame for additional clearance for cable entry.

4. Frameworks: Self standing type 2-2.5 mm CRC steel plates

5. Lockable front door made of toughened tinted glass

6. Lockable rear steel door with venting options

7. Side panels with slam latches and vented top cover

8. Cooling fans and lighting shall be provided.

9. Panel lighting fluorescent type with on/off switch and interlock with

door.

10. Earthing continuity kit shall be provided.

11. Paint color shall be decided during detailed engineering

12. Cables entry / access: From the bottom

13. All accessories (bolts / anchor fasteners/ ‘L’angles) required for fixing of

all the equipments shall be provided.

14. Service Power supply socket of 230V, 50 Hz

15. Panel meters with following indications shall be provided:

Cabinet Temperature

Current

Voltage

16. Make : Rittal / President System

Page 151: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

150 | P a g e

1.C.19.2 WIRING

1. Wiring shall comply with the applicable IEC codes. Wiring for different

voltage signals or different functions shall be terminated separately on

dedicated terminal strips/ raceways with color coding.

2. Separate color coding to be followed for utility power (fan, temperature

monitor) and process power (I/O modules, processor).

3. Wiring shall be accomplished with flexible stranded tinned copper wires

sized 18/20 AWG, PTFE cable in compliance with the applicable codes.

4. Wires shall be housed in plastic raceways of suitable dimensions to

accommodate system cables, I/O signal cables etc.

5. The routing shall be neat and have elegant look.

6. Electrical power distribution shall be done as per requirement for system

cabinet and cables shall be routed through separate raceways.

7. Control system cabinet shall have local MCBs for isolating different loads.

8. Power supply positioning in the cabinet shall be suitably placed to avoid

electromagnetic interference to electronic components.

9. The cabinet shall be supplied with all necessary hardware & accessories

and with complete wiring.

10. Wiring and workmanship shall be of good quality.

11. Cable glands suitable for I/O cables are included in the vendor’s scope.

The cable glands shall be of polyimide material.

12. All I/O cables to be terminated at lock type plug-in multipin connector

and to be mounted at the system cabinet.

13. The panel shall have at least 20% extra terminals for future use.

14. Terminations, cables, wiring, components shall be properly tagged with

ferruling at both sides of the termination.

15. Terminal strips shall be of adequate size min 1.5 mm2.

Page 152: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

151 | P a g e

1.C.20 SPECIFICATION OF 3 SEGMENT CONSOLE

The console shall have work surface with a closed equipment cabinet at back to accommodate equipments like power supply, terminal blocks and a box on the work surface to accommodate intercommunication equipments and switches. (Intercommunication equipments will be supplied by Department and details will be provided during detailed engineering)

The consoles shall be provided with aesthetically pleasing curved end panels. The layout of console shall have curved design.

Console should be designed in accordance with the ergonomics standards and accepted human factors guidelines of ISO 11064.

Work surface: The work surface includes a flat work area, PC mounting provision, a box for mounting switches and inter communication equipments.

The work surface shall be premium acrylic solid surface material with glossy finish. Both ends shall be thermoformed and create continuous water fall edge to increase the aesthetics of console.

The thickness of acrylic solid surface shall be of 12mm min. This surface shall be mounted on Medium Density Fibre (MDF) board of minimum 25mm thick.

Surface to floor height shall be of 750 mm with 50mm height adjustable floor leveling bolts.

Work surface depth shall be of 1000mm. The width of each console segment shall be of 1100mm.

The work surface shall be a single unit, seamlessly integrated over the whole cluster of segments. Work surface shall be continuous at joints of segments.

The acrylic work surface shall have steel frame underneath for support and must be rigidly fixed to the cabinet structure to form an integral unit.

Work surface front edge shall be inbuilt ergonomic sloped with bull nose front edge. T-mould, PVC edge or vinyl edge trims are not acceptable.

The bearable static load shall be of 50kg. Sliding keyboard tray under the work surface shall be with ball

bearing operation. Friction or roller type slides are not acceptable.

The work surface of console shall support articulated arms for mounting the TFT/LCD flat monitors (diagonal size: 24 inches) with PAN (180°) & TILT (± 20°) adjustment mechanism.

Page 153: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

152 | P a g e

A box shall be provided with a removable panel for mounting illumination switches, Authorization keys and intercommunication equipments. Easy human access to remove and re-fix the box shall be possible.

The rear view of the console shall be aesthetically pleasing and shall be provided with slat wall.

Cabinet: The console shall be provided with a rigid structured cabinet

back of the work surface, heavy-duty to accommodate power supply, terminal blocks and other necessary equipments.

The rear compartment of console shall have holed profiles suitable for mounting 19” width 2U height equipment (power supply and terminal blocks) shall be provided.

Complete frame structure shall be of made of steel structures. The cabinet shall be made from Cold Rolled Steel (CRS) Metal (14 Gauge) with powder coated finish.

The structure shall allow easy assembly of Gland Plate, Monitor arms etc in extremely rigid manner.

Rear access doors shall provide accessibility for easy installation, operation& servicing of the equipments inside the console.

The console shall be designed to have adequate space for accommodating the equipments.

The Console shall have earthing provision in structure. Console cabinet shall be provided with fan for Cooling. The console shall be provisioned with concealed electrical

outlets, information outlets (LAN) and RJ-11 Telephone jacks. The provision for mounting of electrical outlets and telephone

jacks shall be designed for flexible placement of monitors, telephones, intercommunication units and laptops on the console with zero cable clutter on the work surface.

Industrial grade metal powder coated finish Universal socket type Power Distribution unit (5A, 5Nos and a master MCB) must be provided for power supply.

Cable entry holes shall be provided in Support legs of the cabinet for data and power cables entry in console cabinets.

PVC cable ducts with covers shall be provided for concealed and neat cable routing.

Grommets/Gasket shall be provided for cable entry holes to avoid damage of cables.

Sharp edges at the consoles base shall be avoided. End Panels:

The end panels shall be with glossy finish and should seamlessly integrate with the structure.

Page 154: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

153 | P a g e

The leg cover element shall cover the structure and should increase the aesthetic look of the console.

The end panels at the extreme end of consoles shall matching curved shapes designs.

Detailed Engineering phase

The party shall submit samples of solid acrylic material and different variants of colors available.

Vendor/Manufacturer shall ensure that the design is ergonomically sound and has excellent aesthetics.

Based on the designs and samples submitted by the supplier, the department will evaluate and decide the color and dimensions.

During this evaluation, Department may suggest minor modifications and the vendor shall be willing to accommodate such modifications.

After the finalization of design, the party shall submit fabrication drawings.

Pre-fabrication review to include submission of drawings and complete components listing of selected finish materials.

Fabrication & Sample Inspection at factory site

After the approval of the fabrication drawings by the Department, the party shall fabricate one sample console segment and one data processing table.

After the approval of sample by Department, final fabrication shall be carried out.

The offered product shall be manufactured using high quality components and shall processes to ensure consoles of high quality, good surface finish, durability and reliability.

Final Acceptance & Commissioning at site

Photographs of assembled consoles and data processing table shall be furnished prior to dispatch and proper international standard air worthy packing to be used to ensure undamaged and complete arrival at the destination.

Vendor shall take installation and commissioning of the console at Department site.

The vendor/manufacturer shall be a fully responsible for the commissioning of product including all design services, metal work, woodwork and millwork to ensure product consistency and lead-time.

Page 155: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

154 | P a g e

Fully detailed assembly instructions in the English language shall be supplied with both written and pictorial descriptions for each item/model numbered component with dimensions.

1.C.21 SPECIFICATION OF POWER CABLE

Type : PVC Insulated and PVC sheathed, flexible three core

multi stranded copper cable Voltage grade : 1.1kV Size of conductor : 2.5 mm2 Current rating : 16A No of cores : Three (Red, Black and Green) Conforming standard : IS/IEC standards

1.C.22 SPECIFICATION OF EARTHING CABLES

Inner conductor : Multi Stranded copper wire of size 12 AWG

Insulation : PVC

Colour : Green

1.C.23 SPECIFICATION OF TERMINAL BLOCKS

Type : Cage Clamp

Insulating material : Polyamide 6.6

Contact material : Tinned Copper

Size of the wire : 12-22 AWG

Colour : Grey

Cable entry : Front, Top

Current rating : 10A

Nominal Voltage : 600V

Rated Surge voltage : 8kV

Pollution Degree : 3

Voltage category : III

Flammability : UL94 V0

Compliance standard : IEC 60947-7-1

Page 156: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

155 | P a g e

Mounting : Din rail: 35mm width

Accessories : End plate, Mounting rail,

Marking ferrule.

Types I

No: of terminals : 2

No of levels :1

Types II

No: of terminals : 4

No of levels :2 with internal short link.

Types III :

No: of terminals : 4

No of levels :2 with cross link 3 pole.

Types IV

No: of terminals : 2

No of levels : 1

Colour : Separate for Phase, neutral and earth.

: Phase: Red ; Neutral : Black; Earth : Green

Size of the wire : 2.5 sqmm

Cross link : 3 Pole and 5 pole

All Accessories like Separators, marking labels and end stoppers shall be included

as one lot

Note:

The party shall provide detailed catalogue along with offer indicating the part

number of items and specifications.

Page 157: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

156 | P a g e

1.C.24 INDICATORS, SWITCHES AND KEYS

i. INDICATORS

1. Connection Method : Plug-in

2. Type of Head : Square

3. Illumination colours : Red, Green, Yellow

4. Illumination type : LED

5. Contact type : Silver

6. Service category : 24VDC ; 1A

7. Approximate dimension : 24mmx18mm

8. Mounting depth : 45mm

ii) SWITCHES WITH INDICATORS

1. Contacts : NO-3; NC-3

2. Switching Action : Maintained Action at two positions

3. Ingress Protection(IP) : IP40

4. Connection Method : Plug in

5. Type of Head : Square

6. Illumination colours : Red, Green, Yellow

7. Illumination type : LED

8. Contact type : Silver

9. Service Life : >2x106 cycles

11. Service category : 24VDC ; 1A

12. Approximate dimension : 24mmx18mm

13. Approximate Mounting

depth

: 45mm

Page 158: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

157 | P a g e

iii) KEYS

1. Contacts : NO-3; NC-3

2. Switching Action : Maintained Action at two positions

3. Ingress Protection(IP) : IP40

4. Connection Method : Plug in

5. Type of Head : Square

6. Key removable position : Position1 alone

7. Contact type : Silver

8. Service Life : >5x104 cycles

9. Service category : 24VDC ; 1A

10. Approximate Mounting

depth

: 50mm

General:

Ambient temperature : 15deg C to +60 deg C

Rated Insulation Voltage : 300V AC

Over voltage category : III

Degree of Pollution :3

Electrical specification compliance : IEC 512-2-11

Shock Resistance : IEC 512-4

Accessories:

Protective covers, Blind plugs, labels, spare keys shall be quoted.

Note:The party shall provide detailed catalogue along with offer.

Page 159: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

158 | P a g e

1.C.25 MCB

1.

2.

3.

4.

5.

6.

7.

8.

No. of poles

Type /Series

Rated current

Rated Voltage

Rated Frequency

Breaking capacity

Rated insulation voltage

Rated impulse voltage

:

:

:

:

:

:

:

:

Single pole

D curve

0.5-63A

240/415

50 Hz

10kA

690V

4kV

9. Minimum operating voltage

: 230V AC, 50Hz

10.

11.

Fixing Installation position

: :

On symmetric rail EN/IEC 60715 or DIN 35 Vertical/ Horizontal

12. Ambient working temperature

: -5 to +55 0C

1.C.26 PLC based control system including instrumentation works

1.C.26.1 CONTROL SYSTEM - GENERAL REQUIREMENT

1. The system architecture shall provide the necessary hardware and

software to satisfy the following major functions

i. Process Interface: Interface to the process shall be through AI, DI,

AO, DO modules.

ii. Controller shall be capable of performing control of the process via

I/O modules

iii. Programming Node: This shall be a high performance workstation

type computer capable of Programming and configuring any

Control system device.

iv. Communication Network: A high speed network connecting all the

modules of the Control system.

v. Operator station: Operator stations shall be LED type screen

capable of displaying Control system information, process

information and other sub-systems connected to the same.

I/O channels for each parameter is given in table

The detailed input/output requirement is shown in Table 2.2.

Page 160: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

159 | P a g e

Type Main (Qty)

Digital input (DI) for E/P valve, pump control and console switches including spare

32

Digital Output (DO) ) for E/P valve, pump control and console switches including spare

24

Analog Input (AI) (0-10V) for pressure, Level, flow and pump control including spare

32

Analog Output (AO) (4-20mA) for pump control including spare

8

Programming, SCADA and Data storage node 3 + 1 (Spare)

Printer 2 nos. (B&W-1 no. and Colour-1 no.)

Pump control valve I/O channel requirements to be finalized after detailed

engineering.

1.C.26.2 System Facilities

1. The Control System shall scan all the Digital and analog data from field

elements in every cycle time and logical operation to be performed.

2. The system shall be hot swappable and vendor shall demonstrate the

feature for the system.

3. System shall have high ruggedness in respect of isolation between

electronic modules.

4. System shall have the provision to interface IST code reader and display

the same.

5. The system should be highly resistant to Electro-Magnetic interference.

6. System should have smart features of internal diagnostics.

7. In case of failure of any module in the control system replacement of the

module shall be possible, and it shall not lead to change in software or

requirement of additional software.

8. All I/O nodes shall have network redundancy.

9. The controller shall transmit the data to Programming, SCADA and

storage nodes through Ethernet for online display, storage and offline

data analysis. It shares the same to mimic, processing station, Printers etc.

for control, real time display and acquisition through Ethernet LAN.

10. Programming, SCADA and data storage node shall be loaded with latest

versions of Windows or LINUX Operating Systems with necessary

Drivers and Software for Centralized Acquisition, monitoring and data

reporting.

Page 161: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

160 | P a g e

11. Program development and animation of mimic diagrams required for the

project is under the scope of vendor.

12. Necessary storage devices shall be provided for data acquisition, storage

and retrieval for the system to meet the 10samples/ second data

acquisition rate.

Codes & Standards

13. IEEE 12207 System and software engineering-Software life cycle process

14. IEC 61131-3 International standard for PLC programming languages

15. Preferred Control system Make: Siemens/ GE/ Allen

Bradley/Honeywell/Schneider/B&R/Sigmatek/ABB/Mitsubishi

1.C.26.3 DETAILED SPECIFICATIONS

1.C.26.3.1 CONTROLLLER/PROCESSOR

1. CPU shall be high performance latest version with necessary parallel

processors having standard control unit and arithmetic logic unit (certified

for Industrial Control applications).

2. The CPU shall confirm to the following

i. In built floating point processor.

ii. Crystal controlled real time clock with battery backup better than 10

ms resolution (option) & it should be stable for 72 hours with an

accuracy of ≤ ±1s. The stability for one hour shall be ≤ ±5ms

iii. Watch dog timer protection

iv. Isolated power supplies

v. Communication interface : 100/1000 Mbps data rate with built in or

separate communication module to communicate with high speed

switches from PLC to I/O node, and operator stations through

TCP/IP, Modbus or other proprietary protocols.

vi. Capability to handle priority interrupts

1.C.26.3.2 MEMORY

The CPU memory shall be on board and shall conform to the following

i. The CPU shall contain the program memory at RAM level, and

Application program in EEPROM/Flash EPROM.

ii. CMOS shared RAM memory with battery backup. The capability

shall be such that it should be sufficient enough for configuration of

Page 162: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

161 | P a g e

all data base and control strategies for the current I/O quantities

plus the 20% of growth and also extra memory of 20% for future

expansion requirement. Requirement of spare memory capacity can

be decided / finalized on approval of Purchaser.

iii. Greater than 64 MB DRAM and greater than 512 KB user SRAM

iv. Flash Memory shall be greater than 64 MB

v. Power back up shall be provided for memory storage programs.

vi. Shutdown resetting shall be possible manually and confirmation of

the same after that all variables and concerned has returned within

normal conditions.

vii. Even though the hardware details of the control module is specified

here, Vendor can recommend/offer a better & latest CPU and other

hardware to meet this system requirement. The suitability will be

reviewed by Purchaser.

viii. Vendor to certify system response time, type of memories, backup,

percentage of loading etc.

ix. System scan time ≤ 500 ms (including 64 K application program, 8

PID loops )

x. Detailed calculation demonstrating scan time to be provided along

with offer.

1.C.26.3.3 INPUT/OUTPUT MODULES

1. The following types of I/O modules are required

Analog Input (AI) [0-10V DC]

Digital Input (DI)

Analog Output (AO) [4 -20mA]

Digital Output (DO)

2. These modules are to be interfaced with Department supplied devices

like isolated barriers/relays.

3. All I/O modules shall be rack mounted in an enclosure which is

proximal or integral with the associated control module.

4. All I/O modules shall be slot independent.

5. All I/O modules shall be hot swappable. The back plane shall permit the

removal of I/O cards without the need to isolate power supply to the

card.

6. Time synchronization between all I/O bases is required.

Page 163: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

162 | P a g e

7. All the I/O terminations from the I/O module shall be wired to

connectors in the system cabinet.

8. Each I/O module shall contain status display LEDs on the front panel of

the module itself.

9. Digital I/O module shall contain status display LEDs for individual

channels at the front panel of the module.

10. Forcing/ simulating of analog and digital outputs shall also be a

standard feature. Indication and logging of the simulated signals shall be

made available. Disabling/ normalizing the forcing on individual

channel basis as well as card basis shall be possible.

11. Environmental conditions:

Operating Temperature: 0-50 Deg C,

Humidity: 0-95 %, non condensing

A. Analog Input Module

a) No. of channels :8 per module

b) Input type : 0 to 10 V DC

c) Resolution : ≥ 16 bit

d) Input Impedance :> 1 M ohm

e) Overall Accuracy : ≤± 0.2%

f) Conversion time for all channels in a module < 50ms

g) Electrical Isolation : Input to PLC > 250 V rms

B. Analog Output Module

a) No. outputs :8 per module

b) Output Signal :4-20 mA

c) Resolution : ≥ 16 bits

d) Conversion time : <50 ms

e) Overall Accuracy : ≤± 0.2 %

f) Load Resistance : <500Ω

g) Electrical Isolation : >250 V rms (Output to PLC bus)

h) Short circuit protection to be provided.

Page 164: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

163 | P a g e

C. Digital Input Module

a) No. of inputs : 16 per module

b) Input voltage(Nominal) : 24 V DC

c) Input voltage(Maximum) : 28 V DC

d) Switching Threshold

i. Low : < 5V

ii. High : > 10V

e) Input Resistance : > 2KΩ

f) Switching Delay : ≤5ms

g) Input Current : < 10 mA

@ maximum input voltage

h) Electrical Isolation : : > 250 V rms (Input to PLC)

D. Digital Output Module

a) No. of Outputs : 16 per module

b) Type : Transistor

c) Output Voltage : 24 V DC (nominal)

d) Minimum voltage : 20V DC

e) Maximum voltage : 28V DC

f) Continuous Current : ≥ 0.1 A per Output

g) Electrical Isolation : > 250 V rms Output to PLC

h) Short circuit protection to be provided

i) Overload Protection to be provided

j) In case of failure of processor, the digital outputs shall remain in fail

safe (OFF/de energized) state.

E. COMMUNICATION REQUIREMENT

1. The controller shall transmit the data to Programming, SCADA and

Data storage node through Ethernet for online display, storage and

offline data analysis. It shares the same to mimic, processing station,

Printers etc. for control, real time display and acquisition through

Ethernet LAN.

Page 165: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

164 | P a g e

i. The industrial grade Ethernet bus shall operate at 100/1000

Mbps.

ii. Work stations are to be connected via Ethernet links and

Ethernet switch and shall communicate on TCP level.

2. The Controllers shall have suitable communication interfaces to

establish communication between Programming, SCADA and Data

storage node, I/O nodes and programming node.

3. Operator station/SCADA level network and PLC network shall be

independent.

1.C.26.4 INDUSTRIAL MANAGED ETHERNET SWITCH

SL.No Parameter Specification

1 Type Layer 2 Industrial manageable switch

2 No. of ports >8X10/100 BASE-TX Ports

2XCombo 1000BASE-T/SFP 100/1000

ports

4 Switching

capacity

10Gbps

5 Transmission

Method

store and forward

6 L2 Features SNMP/RMON/BOOTP/Telnet/Web

Network management protocols Port

trunking

802.3 Ethernet,802.3u Fast Ethernet

802.1d Spanning tree,802.1 W Rapid spanning tree,802.1P Priority tags, 802.1q VLANS,802.1ac VLAN Tagging,802.1 ad Link Aggregation control,802.3x Flow controls,802.1x MAC Based Network Access Control,IPV6 support Redundant 24V DC power input and relay output for fault indications

7 Security IEEE 802.1x Port -based/MAC based control, Port security, DHCP snooping, SSH, Dynamic Arp Inspection, Access Control List, RADIUS,TACACS+ Broadcast/Multicast/Unicast Storm Control

Page 166: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

165 | P a g e

8 Management Telnet,

CLI/ConsoleHTTP,SNMPv1,v2/v3,SSH

9 Quality of

Service

Ingress policing, Rate-Limit, Egress Queuing/shaping, Auto Qos

10 VLANS 255 static VLANS

11 Enclosure IP30 Aluminium Metal Case

12 Installation DIN Rail

13 Power supply 230VAC/24VDC

14 Current

consumption

< 420 mA at 24VDC

14 LED Indicator Link/Activity for RJ45 and Fibre ports

15 Operating Temp.

15 to 65 deg C

16 Relative

Humidity

10 to 95% Non- condensing

17 EMC CE,FCC Class A

18 Warranty 3 Years.

1.C.26.5 ETHERNET CABLES

a) Category : CAT5e/CAT6

b) Type : Stranded and Twisted pair

c) Wire Gauge : 24 AWG

d) Length : 500m continuous

e) Wiring standard : T568B

f) Cable impedance : 100 Ω

g) Operating temperature : -10C to 60C

h) Connector : Molded connector shield as per EIA/TIA 568B with

gold contacts more than 50 and twist protection, with plastic injected

protection, 2 x RJ45.

i) Boot: Molded Gray Boot with pressing clip around each connector,

shielded with RJ45 connector, with integrated molded pressing clip for

pressing the RJ45 connector clip.

j) Recommended Brands: D-Link/ AMP / Beldon

Page 167: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

166 | P a g e

1.C.26.6 PROGRAMMING STATION, OPERATOR STATION & DATA PROCESSING STATION

1. Programming station shall be capable of project development and be

capable to upload and down load the user program to controller.

2. Data processing station shall be loaded with all required software for

data acquisition, logging and reporting.

3. Operator station shall be capable of continuous display for 100 hours.

4. Specification

CPU : All in One PC

Processor : Intel Core i7 or latest at 3.6 GHz

Memory : 2 x 4 GB DDR3 /DDR4 upgradable to 16 GB

( 4 DIMM slots)

Hard Disk : 1TB SATA III with 10,000 RPM

DVD Combo

: DVD Super Multi Drive

Video : Integrated Graphics Media Accelerator x4500 support upto 256 MB video memory through DVM, support direct X10

Audio : Intel High Definition Audio

Ethernet : 1. Mother board -1 No.

2. Additional Network Interface Card- 1 No.

Monitor : 23.8” TFT LED Wide Monitor resolution of 1440x900 & built-in speaker

Keyboard : Multimedia keyboard with USB 2.0 Interface

Mouse : 2-Button optical scroll mouse with USB 2.0 Interface with Mouse Pad

Operating System

: Preloaded with Genuine Microsoft Windows 7/10 Professional or latest OS with license & recovery media/Linux suitable for PLC.

Software : Required drive software for Mother Board/Chipset Driver in CD, NIC & DVD writer

Input power

: 230V AC @ 50Hz with Indian Standard Plug

Preferred makes: Dell/HP/Acer

Page 168: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

167 | P a g e

1.C.26.7 PLC SOFTWARE AND PROGRAMMING

1. The supply shall include all software required for developing the

application programs, graphics, event sequencing, alarm history, PID

loop, their modification and debugging.

2. Software shall be menu driven and easy to use. It shall incorporate on-

line tutorials and help functions to assist the user.

3. The programming language shall be powerful, intelligent and user

friendly for every stage of work and up to operation for planning,

designing interlock logics, online / offline testing, maintenance.

4. Software shall be self-documenting and shall provide cross-reference

tables, I/O configuration tables and associated functions.

5. System software for writing application shall run on latest version OS.

6. PLC shall have the provision for on line and off line programming with

Hardware/Software lock.

7. Programming station shall be capable of project development and be

capable to upload and down load the user program to controller.

8. Development licensed Software shall be provided to the programming

node.

9. The software shall be easily loaded from CD/DVD media and shall be

easily configurable in case of software crash/system failure.

10. All hardware & software shall be the most recent, field proven

models/versions and revision levels marketed by their manufacturers at

the time of proposal submission.

11. The following programming languages and tools but not limited shall be

provided.

i. Programming (IEC 61131-3 Compliant): Ladder Diagram (LD),

Functional Block Diagram (FBD), Structured Text (ST), Instruction

List (IL), and Sequential Functional Chart (SFC) and C language

(optional).

ii. Graphics editing software with all necessary tools

iii. Drag & Drop facility for graphics and programming

iv. Zooming, resizing, rotating, grouping & layering facility in graphics

v. Faults status (accessible via the applications software)

vi. On-line data modification.

Page 169: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

168 | P a g e

vii. Exporting/importing standard objects/images

viii. Input / output forcing or simulating

ix. Fault status display in different group shall be provided

x. Tools for alarm management

xi. Online documentation for operation & programming

12. The programs and logic diagrams implemented in the system shall be

available in printed form by means of the printer.

13. Suitable Network Diagnostics software shall be provided to monitor the

Network Traffic.

14. Validation tools to identify version changes in software codes.

15. Supply of source code for above mentioned operations with details for

modification during future requirement (For application program)

16. Development licensed Software shall be provided to the programming

node.

17. Run level licensed Software shall be provided to all the workstations.

1.C.26.8 OPERATOR STATION SOFTWARE REQUIREMENTS

1. The SCADA runtime software shall be planned in operator station.

2. PLC data shall be made available in SCADA node for monitoring in

operator station mimics. Command generated from operator station

mimics shall be communicated to PLC for command execution.

3. The development package should provide necessary tools to test the

individual tasks that are generated at the SCADA package.

4. The development package should provide facility to maintain version

management of the total software being developed.

5. Provision shall be provided in the software such that same function can

be used by multiple objects.

6. Graphical tools to develop required mimic pages. Software shall have

provision to import images, grouping, dragging, resizing, editing of

objects.

7. All the objects created for animation of EP valves, control valves, analog

parameters can be accessed by TAG names.

8. Maximum of 2K tags are required in SCADA.

Page 170: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

169 | P a g e

9. Online debugging of SCADA packages under development should be

possible. This should cause minimal disturbance to the runtime system.

10. The development package should consist of a full-fledged online help

system in English with provision for context sensitive help.

11. The graphic building utility with full-animated graphics should provide

necessary support to import custom photographs as background images.

The package should support user configuration for animation of the

graphics objects in runtime Environment.

12. Graphical utility to develop mimic pages and PID control panels.

13. System should provide real time Trend display and Bar chart with alarm

conditions of critical parameters to be displayed by visual indication (eg.

color change) and audio signal.

14. Provision to select different mimic pages with function key.

15. Screen update time should be less than 1 second

16. The development package should be executable simultaneously along

with the run time system. The development package should allow

updating the existing run time system with a newly developed run time

system with minimal disturbance to the runtime system.

17. Provision should exist for developing user triggered pop-up messages

and alerts with customizable command on the popup messages. These

popup messages and closing the messages by either operator action event

or program triggered variables should exist.

18. User defined alarms and events should be configurable for their

properties and messages. All alarms and event should be immediately

logged in a database time tagged with the IST. The alarm/event Database

access for online/offline viewing and extracting data should be provided.

Necessary tools for customization of the event/alarm reports should be

provided.

1.C.26.9 Sample SCADA screen format id given in SCADA BASED PID LOOP

1. PLC /SCADA based PID loops are used to operate the pump control for

controlling flow.

2. Parameters to be controlled are given as feedback signal to PLC based

control system. Pump has to be operated either in manual or auto mode

through SCADA.

Page 171: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

170 | P a g e

3. Proportional (P), Integral (I) and Derivatives (D) constants are

programmed through SCADA.

4. In manual mode, the speed of the pump is varied through SCADA.

5. In Auto mode, the speed of the pump is controlled by comparing the

feedback signal with set point value and output (4-20mA) to be generated

based on Proportional (P), Integral (I) and Derivative (D) constants set.

The set point value can be varied through SCADA from operator station.

6. The PID loops shall have auto tuning feature and provision to enter

manually the PID constants.

7. Program to be developed to accept the speed of pump through

keyboard/virtual keypad with confirmation.

8. The PID loop software shall have the provision to control the speed of

pump by external step input, ramp input or trigger inputs.

9. PID loop standard libraries shall be available for control purpose such as

ratio control etc.

1.C.26.10 DATA ACQUISITION, LOGGING & REPORTING SOFTWARE

1. Data acquisition, logging and reporting software shall have capability to

Acquire, store and report all required Digital and Analog Parameters wired

to control system in graphical and numerical format at required time

intervals. The minimum time interval in 500ms.

The time stamping of data with IST code reader shall be possible.

Store all events, process parameters and alarms with their description,

occurrence time and priorities and print out of the same on demand.

Provide report in portable document format or Microsoft Excel format.

Provision to start /stop the acquisition system without affecting the

functioning of the control system and monitoring of the acquired data in

operator station.

2. Database with channel Tag names, description, Sensor constants for

engineering unit conversion, sensor range shall be prepared and loaded in

programming node.

3. This database shall be used to retrieve the data in engineering unit.

4. This software shall be loaded in data processing node and run versions shall

be made available in operator stations so that online/offline viewing and data

extraction shall be possible.

Page 172: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

171 | P a g e

5. The software shall allow the operator to edit, replace values or insert new

values in database records. Altered values in the database shall be tagged for

reference purpose.

6. The software shall be capable of providing online display in numerical and

graphical format.

7. In on line graphical display, countdown time referenced to external

synchronization signal or universal time shall be followed. Maximum of four

different Y scales shall be possible. The parameter range for each Y scale shall

be programmable. The parameters to be plotted shall be selectable from the

I/O list. The same feature shall be made in offline graph also.

8. System shall have provision to acquire & retrieve the analog/ digital

parameters at different sampling rates (500ms, 1s, 5s).

9. Data reporting software for processing of all analog and digital I/O’s shall be

developed and loaded with reference to IST code reader for printing and

plotting in offline.

10. The software shall be capable to retrieve, print and plot the data in

engineering unit and raw data formats.

11. Provision to process and print out / plot the analog and digital data through

network from all operator stations.

12. Perform input signal smoothing, averaging etc. as required.

13. Alarm limit checking for various types of alarms such as deviation alarm,

absolute alarm etc.

14. System shall store all data including process variable, set points and

manipulated outputs at different sampling rates.

15. 1 hour acquired data shall be retrieved within 5 minutes.

16. Data reporting software shall process and store data for the maximum

duration of 24 hour data with 500 ms interval.

17. For every restart or when the file size exceeds 700 MB, new data file shall be

created automatically with unique configuration file name without any data

loss.

18. The data reporting software for plotting analog & digital parameters

separately and with the option to mix up both parameters shall be developed

and loaded.

19. The backup of raw data shall be made in CD /DVD.

Page 173: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

172 | P a g e

20. The raw data shall be split into multiple files of 700MB size for CD backup.

21. The data reporting software for analog parameter should take 4th order

curve fitting sensor constants for engineering unit calculation in on line

display, offline print out and trend.

22. Source code for software with details for modification during future

requirement shall be provided.

23. Processed data suitable for online test server should be confirmed and

modified accordingly.

1.C.26.11 APPLICATION SOFTWARE

1. Application program shall be written in a logical fashion to simplify

maintenance and trouble shooting. Logic for a specified requirement shall

be grouped together. Identical equipment controlled in a similar manner

shall have similar logic structures except for tag numbers. I/O modules

shall be grouped in a logical fashion. I/O module allocation shall be done

in such a way that failure of a single module affects only the particular

module.

2. The supplier shall develop and demonstrate sample of all required

software as per details given below during FAT and SAT. The software

design document, source code, validation and verification procedures

shall be given by the vendor.

3. Auto Sequence

i. The auto sequence is used for operating field control elements in

auto mode. The time and parameters based sequence shall be

developed in Control system using PLC programming language.

The programming shall have the flexibility to change the variables

(time, Analog & Digital) through separate Input data files. The time

base event should be synchronized with software timer.

ii. Separate Data Base files to be incorporated for Analog & Digital

constants/details for Processing & Display.

4. Interlock and Auto Abort

i. The interlock and abort logics shall be developed using PLC

software. Various parameters to be compared as per the logics (1/2

or 2/2, or 2/3 or 2/4) provided for the set limit and a set of time

Page 174: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

173 | P a g e

based abort sequence to be executed. The program shall have the

flexibility to change the variables (time, Analog & Digital) through

separate data table to execute abort sequence. The logging of

Interlocks enable/ Disable, setting and generation of Alarm limit,

execution of interlock shall be provided for offline analysis.

ii. The program shall have the flexibility to enable/disable a particular

interlock/abort group.

iii. Generating alarm contacts, for audio visual alarm, event logging etc.

iv. Interlock for controlling field equipments such as E/P valves, Pump

control etc.

v. The system shall also execute Safety interlocks to provide safe test operation under abnormal conditions. For Automatic operation of various elements during preparation phase and during test, the required sequence of operations is to be programmed based on predetermined timings and/or limits of process parameters for parameter based operations.

vi. The Operator Station shall have facility for monitoring and operating each interlock group through soft keys / key board / mouse. There shall be facility for accessing interlock logic groups in one key stroke which shall be freely configurable.

vii. During operation, the system has to monitor critical facility

parameters and abort the sequence if the majority of parameters in

any abort group exceed the limit.

viii. The alarm indication is to be available as alarm summary/ pop up

window/ logging in file/ display.

ix. Program shall have the flexibility to change the logics, parameters,

limits, validity time through separate data table/ input files.

1.C.26.12 SITE ACCEPTANCE TEST (SAT)

All the equipment shall be thoroughly checked after receipt on site. The tests

shall include but not limited to the following in the presence of Vendor’s

commissioning Engineer.

Vendor shall do powering of panel at site after verifying termination at

cabinets. Site acceptance test shall be started only after the satisfactory

performance of loop checking and verification of records by Purchaser.

The site acceptance test shall be carried out in the presence of Purchaser’s

authorized representative at IPRC, Mahendragiri.

Page 175: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

174 | P a g e

The Department supplied SCADA support will be provided for the required

tests during SAT. All the performance specification of the control system

with the field terminations will be verified and supplier should demonstrate

the following major performance as a minimum:

1) Hardware verification as per final bill of material

2) Visual and mechanical check-up for proper workmanship, identification, ferruling, nameplates, etc.

3) System configuration as per approved configuration diagram

4) Demonstration of all system diagnostics

5) Cycle time verification 500ms along with 64K application program with full load (with all mimic diagrams in all nodes). The checking conditions stated in FAT shall be followed here also.

6) Demonstration of failure cases and verification of error indication in diagnostic mimic

7) Recording of time based events

8) Demonstration of security login levels

9) 500 ms for all analog data acquisition

10) 500 ms for all digital data acquisition

11) Isolation & accuracy check of all I/O cards.

12) Functional verification of all I/Os

13) Real time display & data reporting software for continuous acquisition of 24 hour.

14) Demonstrating the network speed with full load

15) Error diagnostics of the network failure, system failure, I/O failure.

16) Fail safe mode condition to be demonstrated in case of any failure of CPU, power supply, interface cards, communication, I/O cards etc.

17) Ensuring system behavior over a duration of 10 days with multiple restarts.

18) Auto and abort sequence, interlock application program

19) Event & Analog data retrieval in the required format within five minutes for acquired continuously for 1 hour.

20) Retrieval of Digital & Analog data as per the requirement

21) Plotting of Analog Data

22) Archiving of Data

23) Demonstration of PID loops

24) Checking of proper functioning of all disc drives, alarm summary,

Page 176: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

175 | P a g e

printers etc.

25) Burn in test for 72 hours & any other mutually agreed test.

26) Time accuracy check

Any malfunctioning in the system shall be rectified /replaced as required. Failure of any component shall be replaced with new one. No repaired

parts/modules shall be accepted.

After confirming that the control system is meeting all requirements, the

total system will be switched on continuously for 3 days and performance of

the system will be monitored. On successful completion of the above period,

if the performance of the system is satisfactory, Department and supplier

will provide the acceptance test certificate jointly.

Client shall take over the system from the vendor after the final acceptance

test, which is defined as successful operation of the integrated system. The

vendor’s personnel shall be present up to this period.

The Purchaser shall provisionally takeover the systems from Vendor after

Site Acceptance Test.

After SAT, one service engineer to be provided for local support to maintain

the system. The person shall have a sound technical knowledge in both H/W

& S/W of the supplied system and capable to ensure a trouble free

operation.

Note: This specification provides the minimum requirement of the system but it does not relieve the supplier from his responsibilities for completeness of the system concerning the design, the reliability and the safe operation of the supplied equipment. Site preparation, Erection and Commissioning of the complete system work shall be quoted in lump sum amount and not in man hour basis

Moreover, it is stressed that Control System (Hardware & software) shall be of latest proven model manufactured preferably and shall be supplied on turnkey basis.

1.C.27 GUIDED WAVE RADAR LEVEL SENSOR 1. Type : Guided wave radar

2. Measurement Principle : Time Domain reflectometry (TDR) 3. Medium : IPA 4. Measuring range : 3m(The exact length will be

provided at the time of

detailed engineering.)

5. Process pressure : 10 bar 6. Process Temperature : 300K 7. Accuracy : 3mm or 0.03 % of measured

Page 177: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

176 | P a g e

distance whichever is

greater

8. Repeatability : better than 1mm 9. Ambient temperature effect : 0.2 mm/K 10. Update interval : < 1 sec 11. Reference condition : 298 K and ambient pressure

in IPA

12. Microwave output power : 0.3mW to 45 mW 13. Display : Integral digital display to

be provided to display the level

14. Output : 2 wire, 4 to 20 mA analog output and HART signal superimposed on analog output

15. Power supply : 16-42 VDC

16. Probe type : Coaxial/Flexible with centring disc 17. Material : SS316L 18. Process connection : 2” Flange, ANSI 150# CL 19. Housing material : Polyurethene covered

aluminium

20. Ingress protection : NEMA 4X and IP 66 21. Hazardous Location : Intrinsically safe certified

ATEX II 2G Ex ia IIC T6.

22. Vibration resistance : Housing : IEC 60770-1 Level1

23. Electromagnetic compatibility : Emission and immunity

:EN61326-1:1997

2. FABRICATION, ERECTION AND COMMISSIONING

The system shall be fabricated, erected and commissioned as per

the following procedure:

2.1. Fabrication

All the fluids circuits shall, as far as possible, be fabricated in the

Contractor’s factory in such segments that they can be transported

by road. All the circuits shall be fabricated primarily by welding.

The other joints such as flanges, threaded unions, etc may be

resorted to in such cases where removal of the joints becomes

inevitable like pressure gauges/ transmitters, safety relief valves,

etc.

2.1.1. Pipe bending

Page 178: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

177 | P a g e

The pipe bends may be employed in lieu of elbow fittings wherever

possible. The bending process shall produce wrinkle-free bends.

Unless specified otherwise, the radius of curvature measured to the

centre-line of the pipes shall be equal to 3 times the nominal pipe

size (diameter). The bending shall normally be done in cold

condition. However, hot bending may be resorted to in certain

cases with the approval from the Department.

2.1.2. Welding

All the welding of SS pipe-lines shall be performed by Gas-purged

Tungsten Arc Welding (GTAW) with Gaseous Argon (99.995 %

purity) as the purge medium. The welding processes shall comply

with the requirements of Section IX, ASME.

The welding procedure qualification and welders’ performance

qualification shall be done as per Section IX, ASME.

2.1.3. Tests

The following tests shall be performed after fabrication of pipe-

lines:

a. Dye penetrant test: All the butt and mitre welded joints shall be

subjected to DPT at the root pass.

b. Radio-graphic test: All the (full) SS butt welded joints shall be

subject to radio-graphic test to 2% equivalent sensitivity.

Generally, the radio-graphic tests shall be done with X-rays.

Alternatively, the gamma rays may be used in locations where

the joint is inaccessible to X-ray equipments. All the radio-

graphic films shall be submitted to the Department.

c. Pressure test: All the fabricated pipe-lines shall be subject to

pressure test with hydraulic medium at 1.5 times the MAWP.

Alternatively, in pipe-lines, where the presence of water is

intolerable, the pressure test may be done with pneumatic

medium at 1.1 times the MAWP.

d. Pneumatic leak test: All the pipe-lines, except those for water

medium, after attaching all components shall be subject to leak

Page 179: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

178 | P a g e

test with GN2 or dry Air at 0.85 times the MAWP to validate

bubble-tightness.

e. Surface oil contamination test: The surface oil content of the

pipe-lines shall be measured by transferring the oil contaminant

into a solvent by mopping the surface and analyzing with

Spectro Fluoro photometer. The permissible surface oil

contamination shall be 200 mg/m2.

2.1.4. Cleaning

The fabricated SS pipe-lines shall be cleaned as per the following

procedure:

a. Mechanical cleaning: All the metallic surfaces with scales and

newly welded surfaces shall be cleaned by scrubbing with SS

wire brush. The loose particles generated by mechanical

cleaning shall be removed by blowing with compressed air,

sucking or washing with water.

b. De-greasing: The oil and grease adherent to the surface shall be

removed by vapour phase de-greasing with Tri Chloro Ethylene

(TCE) or Per Chloro Ethylene (PCE), followed by liquid phase

de-greasing with TCE or PCE.

c. Pickling: In order to remove rusts and scales, the surfaces shall

be washed with water and pickled with a solution containing

Hydro-fluoric acid (HF) and Nitric acid (HNO3). The

composition of the pickling solution and duration are to be

adjusted after trial test on a sample piece to remove uniformly

less than 25 m thick material. Mostly, the composition is as

follows:

HF : 5 % by mass HNO3 : 15 to 20 % Water : Remainder

This is followed by rinsing with water.

d. Passivation: The surfaces shall be passivated with a solution of

the following composition:

HNO3 : 25 % by volume Water : Remainder

Page 180: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

179 | P a g e

Duration : 2 hours This is followed by rinsing with De-mineralised water.

e. Preservation: The volume inside the pipe-lines shall be dried by

compression-decompression cycles [or any suitable alternative

method(s)] with GN2 or dry Air to reduce the moisture content

to ≤ 20 ppm. The ends of the pipe-lines shall be blanked off

during transportation and storage. The pipe-lines shall be kept

pressurised with GN2 or dry Air at 1.3 to 1.5 bar during

transportation and storage.

2.1.5. Painting

All the SS pipe-lines shall be painted with the identification bands

of 100 mm width at 2 m span based on the colour code scheme. All

the pipe-lines, flow components and instruments shall be provided

with identification name plate displaying, in bold letters, their tag

numbers. All the structural materials shall be painted in grey colour

and hand rails in yellow colour. The colour code scheme shall be

provided upon award of the contract. Prior to painting, the surfaces

shall be suitably prepared. The painting shall comprise 2 coats of

primer (like red-oxide) and 2 coats of synthetic enamel.

2.2. Erection

During erection at the Department’s site, the equipments supplied

by the Contractor shall be mounted and the fabricated pipe-line

segments received from the Contractor’s factory joined by the

Contractor. All the machineries required for erection such as

welding equipments, grinding machine, drilling machines, radio-

graphic equipments, etc, consumables such as Gaseous Argon and

Helium, hacksaw blades, etc and tools & tackles, etch shall be

arranged by the Contractor. The works to be done by the Contractor

during erection shall be as follows:

2.2.1. Minor civil works

The minor civil works shall be done with Plain Cement Concrete

(PCC), Reinforced Cement Concrete (RCC) and brick masonry, as

required. The minor civil works are required for

Page 181: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

180 | P a g e

a. Grouting of equipments, pipe supports, structural works, etc

b. Breaking and making holes across walls for laying pipe-lines

c. Excavation and levelling of ground wherever required for laying

the pipe-lines and providing pipe supports. In some locations, it

may be required to break and excavate already laid PCC/ RCC

pavements for grouting

d. 2 coats of white washing of the concrete surfaces after

plastering.

All the materials such as torr-steel reinforcement rods, binding

wires, brick, cement, sand, gravel, etc shall be arranged by the

Contractor. The composition of concrete shall be as follows:

a. PCC – Cement : Sand : Gravel = 1:5:10

b. RCC – Cement : Sand : Gravel = 1:2:5

2.2.2. Mounting of equipments

The mounting of equipments under the scope of contractor shall comprise the following:

a. Loading of the equipments on the trailer/ lorry by using crane, fork lift or any other safe and suitable material handling equipment, which shall be arranged by the Contractor. The Department will exercise control over the Contractor in the choice of suitable material handling equipment and procedure to ensure safety of the equipments handled.

b. Anchoring of the equipment on the trailer/ lorry for safe transportation especially on slopes.

c. Transportation of the equipments to ACCF safely.

d. Unloading of the equipments on the foundation pedestal by using suitable material handling equipment.

e. Positioning of the tanks and pumps on proper foundation built during erection phase.

Page 182: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

181 | P a g e

f. Checking of level of the equipments by using U-tube water level, dial gauge and spirit level and correcting level difference, if any, by using metal shims of required thickness.

g. Connecting of the earthing boss of the equipments to the earthing pit.

h. Filling of the foundation pocket with non-shrink cement concrete.

2.2.3. Installation of pipeline

The installation of pipeline under scope of contractor comprise the

following :

a. The transportation of pipeline segments safely to IPRC from

Contractor’s site.

b. Unloading of the pipelines carefully so as to not damage the

hardware.

c. Ensure maximum segments are joined by welding and flanged

joints are avoided. The Department shall decide if at any

location flanged joint is necessary.

d. The welding procedure followed should be same as those given

in Section 2.1.2 above.

2.2.4 Testing,Cleaning and Painting

The scope of Contractor’s work are as follows:

a. All welded joints during fabrication and erection shall be qualified

as per procedure listed in Section 2.1.3, Volume-II.

b. The cleaning of system and painting of pipelines and other

components are to be performed by Contractor as per procedures

listed in Section 2.1.4 and Section 2.1.5, Volume-II.

2.3. Commissioning

After satisfactory erection, the FSS shall be commissioned in 2

phases jointly by the Department and the Contractor. The fluids

such as IPA and GN2 shall be provided by the Department at free

of cost.

Page 183: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

182 | P a g e

2.3.1. Qualification tests

The individual sub-systems of FSS shall be validated independently

in static condition (without flow) with inert fluids,GN2 for gaseous

systems. The procedure shall comprise the following:

a. Media substitution with GN2 and analysis to comply with the following specification: Moisture : 20 ppm Oil : 3 mg/m3 Particulate contaminants : Class IV of SAE AS 4059E

b. Functional check of all flow components (including evaluation of response time of EP and control valves)

c. Verification of all instruments

2.3.2. Final acceptance tests

The entire system shall be qualified together in dynamic (flow)

condition with the actual working fluids on the trial tank. The

procedure shall comprise the following:

a. The complete cleaning circuit shall be verified with respective use of pump(s) and cleanliness should be achieved till the level of Class 4 of SAE AS4059E & for oil contamination ≤ 3mg/m3.

b. Purging with hot GN2 for stage tank and analysis to comply with the following requirements: GN2: IPA : <5 ppm

Moisture : 20 ppm

Oil : ≤ 3 mg/m3

c. Filling of the systems with the respective working fluids and pressurizing to MEOP to validate structural integrity.

d. Flow trial to evaluate the flow characteristics of the circuits such as pressure drop and temperature rise at the working flow rates.

e. Functional validation of all flow components and instruments.

3 SAFETY, RELIABILITY AND QUALITY ASSURANCE Class 2B Ex d (flame-proof) level of safety according to ISO standard to

be maintained while fabrication and commissioning of system. Since the

systems are highly complex in nature, the philosophy and criteria to be

adopted shall be highly safety-and-reliability-oriented for their systematic

and proper functioning. The designs of the sub-systems, components,

Page 184: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

183 | P a g e

equipments to be carried out by the Contractor shall specifically address

essential safety provisions both in-built and external. Reliability is a prime

factor, which has to be embedded in the process of realization of the systems.

To ensure that the sub-system design, development, selection of equipment,

components, material, etc are in compliance with the standard engineering

practices, it is necessary to follow established design codes and standards.

The relevant standards applicable to the scope of work described in this

document are furnished here under. Wherever specific mention is not made

for particular application, the relevant and applicable procedures shall be

followed after mutual agreement between the Department and the

Contractor.

3.1 Safety assurance plan

3.1.1. General safety

Facility location as per established safety criteria, considering the explosion effects of test objects and run tank.

3.1.2. Safety in equipment and fluid circuit engineering

Use of vessel and fluid circuit materials compatible for the respective fluid medium, working temperature and pressure

Installation of safety relief valves for pressure relieving in emergency and connecting to vent/ disposal systems

Adoption of leak-tight joints in field circuits

Introduction of adequate filters for ensuring the specified particulate fineness

Compartmentalized operation of fluid circuits and isolation to contain damage by operating valves

3.2. Quality assurance

The reliability of FSS is a combination of specification of the equipments/ components, serviceability and maintenance of the same, which are meant to serve for a minimum period of 25 years for effective and timely preparation/ testing, which includes trouble-free performance of systems and sub-systems to the intended specifications.

Page 185: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

184 | P a g e

The Contractor must look for the quality factors individually

attributed to engineering developments, redundancy philosophy adopted,

selection of equipments and components, test and acceptance procedures

followed, repetitive performance achieved, risk analysis carried out, etc.

Ultimately, the reliability of the system is assumed to have been

achieved if all the equipments and components of the servicing facility are in

serviceable condition whenever the system responds to the commands

executed as per the definitions and specifications.

The expected value of probability of the trouble-free operation of

various equipments, components and also the total system need to be

estimated based upon their selection criteria and their past performance.

The quality assurance is an unified approach that attempts to control

the quality right from design stage to commissioning stage, which includes

the checking of the adequacy of the equipments/ components for materials,

fabrication, erection, testing. It is the combined responsibility of the

Contractor and Department to ensure that all possible failure modes are

exercised during the mock-up trials.

This may be ensured by following the general requirements as given

below:

Establishment and enforcement of standard engineering practice

Evaluation of products at each stage of development process

For the purpose of confirmation of the above aspects, the documents such as

functional documents and mathematical formulation document shall be

prepared and reviewed wherever applicable.

3.3. Material selection, standards followed for structures, pressure

vessels, piping etc

The steel structures shall be fabricated using standard rolled steel

sections such as channels, I-beams, angles, plates and rods. For mechanical

elements viz pins, shafts, etc, heat treated alloy steels shall be used.

Wherever the structural members are subjected to heavy loads and

dimensional stability is required, the structures shall be stress-relieved.

Page 186: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

185 | P a g e

The flow components, pipes, pipe fittings, etc used for the fluid circuits shall

be made of compatible materials like SS 304L/ 316L/ 321, etc.

3.4. Standards followed The following standards are used for component design, material

selection and fabrication. However, the equivalent standards/ codes in force

in the country of the manufacturer are also acceptable at the discretion of the

Department.

S No Description Standard/ Code

1. Piping ASME B 31.3

2. SS pipes ASME B 36.19

3. Butt welded fittings ASME B.16.9

4. Threaded fittings ASME B16.11

5. Flanges ASME B 16.5

6. Bolts, Nuts and

Washers

ASTM A 193/320 B 8, A 194 8

7. Gaskets API 601/ ANSI B16.5

8. Ball valves API 6-D/ISO 17292

9. Globe valves ANSI B.16.34/ API 6-D/ API 598/

ISO 15761(small)

10. Pressure regulators Manufacturer’s standard

11. Filters Manufacturer’s standard

12. Safety Relief valves ASME Section VIII Division I/ API

RP 520/ API RP 527

13. Pressure gauges BS 1780/ IS 3624

14. Flexible hoses Manufacturer’s standard

15 Pump Manufactures standard.

16. Pressure Vessels ASME Section VIII

17. Hydraulic pressure

test of pipe-lines

ASTM A 530

18. Pickling & passivation ASTM A 380

19. NDT ASME Section V

20. Welding ASME Section IX, AWS

21 Radio-graphy ASTM E 94

Page 187: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

186 | P a g e

4. DOCUMENTATION

The lists of documents to be provided by the Contractor at the different phases specified thereupon are outlined below and Contractor shall follow instructions as mentioned in Sl. 4.2.11/Volume-I for preparing relevant documents.

4.1. Design review

The Contractor shall submit a document listing their comments on the design document provided by the Department. If the Contractor proposes any alternative scheme or sizing, the detailed justification, along with calculation wherever necessary, shall be submitted. In case the Contractor proposes to employ alternative codes/ standards followed in their country, different from those specified in this document, the copies of such codes/ standards in English shall be submitted.

4.2. Detail engineering review

The level of information to be provided in these documents shall be as given in Section 4.2.2. volume-I

a. Pipe-line lay-out drawings

b. Pipe-line isometric drawings

c. Calculations for sizing and positioning of thermal compensators

d. Estimation of pressure drop

e. Estimation of temperature rise

f. QAP

g. Procedure and acceptance criteria for fabrication, erection and commissioning

h. Civil and electrical requirements

i. Purchase specification of materials

j. List of sub-contractors

Page 188: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

187 | P a g e

4.3. Fabrication

During the Pre-Shipment Review (PSR), the following documents shall be submitted:

a. As-built fabrication drawings

b. Test certificates and inspection reports of the materials such as equipments, flow components, pipes, pipe fittings, instruments (including the calibration certificates), etc

c. Wiring diagram of instrumentation and electrical systems

d. Test certificates and inspection reports of fabrication (including the radio-graphic films)

4.4. Erection

At the end of erection, the following documents shall be submitted: a. As-built pipe-line lay-out drawings b. As-built pipe-line isometric drawings c. Estimation of pressure drop and temperature rise based on the as-built pipe-line isometric drawings d. Certificates of tests (including radio-graphic films) done during erection e. Inspection report by the Department

4.5. Commissioning

At the end of commissioning, the following documents shall be submitted:

a. Certificates of tests done during commissioning

b. Inspection report by the Department

c. Final acceptance report (jointly between the Department and the

Contractor)

d. Detailed documents for Operation to comply with the specified test objectives

Page 189: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

188 | P a g e

Maintenance (routine, preventive and break-down)

Trouble-shooting

5. SUB-VENDOR DIRECTORY-MECHANICAL SYSTEM

The Sub-vendors, who, in the opinion of the Department, are

competent enough to deliver the materials or execute the services required

for establishment of the system, are listed below. In case the Bidder proposes

sourcing the materials/ services from Sub-vendors not covered in this

directory, the list of such Sub-vendors, along with their detailed company

profile, shall be provided in the bid. The list of additional Sub-vendors

proposed by the Bidder is subject to review, during evaluation of the bid, by

the Department, who reserves the right to accept or reject the proposal

wholly or in part.

5.1-Pipes & Pipe Fittings

SS pipes

1 M/s REMI Edalstahl tubulars Ltd., Mumbai

2 M/s Ratnamani Metals & Tubes Ltd., Ahmedabad

3 M/s Nuclear fuel Complex, ECIL, (PO), Hydrabad

4 M/s Maharastra Seamless Ltd. Jindal group company, Sukeli 5 M/s Sandvik Asia Ltd., Mumbai, Pune Road, Dapedi, Pune 6 M/s Jindal Saw Ltd. Nashik

5.2 Pipe Fittings

1 M/s Amforge Industries,Mumbai

2 M/s Echjay Industries,Rajkot

3 M/s Eby Industries, Rajghat,Gujarat

4 M/s J.K.Forge Industries,Mumbai

5 M/s Mechwell fittings Pvt. Ltd.,Chhatral mehsana (Dist.), India 6 M/s Sanghvi Forge Industries,Mumbai

7 M/s Chowdhary hammer works,Faridhabad.

8 M/s. Gujarat Infrapipes Pvt Ltd,

9 M/s. Metal Forge (India), Mumbai

10 M/s. Tube Products Incorporate, Vadodara

Page 190: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

189 | P a g e

5.3 Flexible Hoses

1 M/s Perfect Hardware Mart, Parrys/India

2 Proact IMS Pvt Ltd, Hanumanthnagar/India

3 M/s Huzefa Enterprises, Mannady/India

4 M/s Globe Engineering Associates, Madhavaram

5 M/s Vantage Technologies, BTM Layout 2nd Stage

6 M/s M.Babulal&Co., Nanubhai Desai Road

7 M/s Umac Avionics Pvt Ltd, Indiranagar

8 M/s STS Titeflex India Pvt Ltd, Doddaballapur

9 M/s Metallic Bellows, Chennai

10 M/s Gayatri Dimensions, Vadodara

5.4 Flow Components

Valves

Valves may be procured from the sub with a suitable collar flange.

5.4.1 Globe Valves (Manual, EP operated ) and Check Valves

1 M/s Ireland S.A.S, France

2 M/s VELAN , France

3 M/s Samson Aktiengesellschaft, Germany,

4 M/s Weka, AG., Switzerland

5 M/s JSC Cryogenmash, 67, Lenin Avenue, Balashikha-7,

Moscow Region, Russia

6 M/s Splav Modernizatsiya (Joint Stock Company)

7 M/s. ARCA-Regler GmbH, Germany

8 M/S. FEMA s.r.l, Italy

Page 191: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

190 | P a g e

9 M/s Flow serve India Controls Pvt. Ltd. Bangalore

10 M/s Samson Controls Pvt Ltd, Pune, India

11 M/s MIL control Ltd., Aluva P.O., Cochin

12 M/s. GE Energy (Dresser Valve India Pvt Ltd), Coimbatore

13 M/s Instruemntation Ltd. Palakkad, Kerala, India

14 M/s Indus vacuum & Cryogenic systems (STOHR

Germany) , Vadodara

15 M/S. Emerson Process Management Chennai Pvt Ltd, India

16 M/s. Severn Glocon India Pvt. Ltd. Chennai

17 M/s VELAN , Coimbatore,India)

18 M/s Indus vacuum & Cryogenic systems (STOHR

Germany) , Vadodara

19 M/s Ampo valves India Pvt. Ltd. Coimbatore

20 M/s WEIR BDK, Hubli

21 M/s Herose, Germany

5.4.2 Filters

1 M/s Puronics System,

3rd Phase Peeniya Industrial Area, Bangalore

2 M/s Ultra Filters (India) Pvt. Ltd, Basva Nivas, 29/2 K.H Road, Bangalore

3 M/s Milliipore Gesellschaft GmbH , A-1130 Wien, Austria

4 M/s Novintec Filters,Paris, France

5 M/s JSC Cryogenmash , Russia

6 M/s R&DIME, Russia

Page 192: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

191 | P a g e

5.4.3 Burst-Discs

1 M/s BS &B System (India) Ltd. 9 Cathedral Road,Chennai

2 M/s Fike Corporation

3 M/s Rembe GmbH

5.4.4 Safety Relief Valves

1 M/s Fainger Leser Valves Pvt. Ltd.Andheri, Mumbai

2 M/s Anderson Greenwood & Co. Stafford, Texas, USA

3 M/s Crossby Valve & Engg. Co. Ltd.,England

4 M/s Instrumentation Ltd.,Palakkad.

5 M/s Motoyama Engg Works Ltd, Japan

6 M/s IMI Bailey Birkitt Ltd, Manchester, England

7 M/s Bopp & Reuther, Germany

8 M/s Herose, Germany

9 M/S. Weir BDK Valves Pvt Ltd, Hubli, India.

10 M/S. FEMA s.r.l, Italy

11 M/s WEIR BDK, Hubli

5.4.5 Pressure Gauge

1 M/s Wika Instrument Limited, Pune

2 M/s. Baumer Technologies India Pvt Ltd, Chennai

3 M/s. Budenberg Gauge Pvt Ltd, Chennai

4 M/s. ASHCROFT India Pvt. Ltd, Chhatral

5 M/s. Swagelok

Page 193: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

192 | P a g e

5.4.6 Instrument Valve(Needle Type globe valve)

1. M/s Swagelok

2. M/s Parker

3. M/s Hoke

4. M/s FITOK GmbH

5. M/s DK LOK, Korea

6. M/s Microfinish Valves, Hubli

7. M/s L&T, Chennai

5.4.7 Pressure regulator

1 M/s Prabha Engineering Works,Karamana/India

2 Hind High Vacuum Co Pvt Ltd,Peenya Industrial Area

4 Micronel Global Engineers Pvt Ltd,Indiranagar

5 M/s GOODWILL CRYOGENICS,Navi Mumbai

6 M/s Excel System, Town Hall Road

7 M/s Globe Engineering Associates, Madhavaram

8 M/s Godrej & Boyce Mfg.Co.Ltd, Vikhroli

9 M/s Adams Technologies Private Ltd, Mahalingapuram

10 M/s Vaiseshika Electron Devices , Across tangri river

bridge

11 M/s Vantage Technologies, BTM layout 2nd stage

12 M/s Ram E&I systems Pvt Ltd, chennai

13 M/s Umac Avionics PTE Ltd, singapore

14 M/s Icon Enterprises, villivakkam

15 M/s Taiyo Nippon sanso K Air India Pvt Ltd, Navi

Mumbai

16 M/s Emerson Process Management Chennai Pvt. Ltd.,

Chennai

17 M/s Circor Flow Technologies India Pvt. Ltd., Coimbatore

Page 194: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

193 | P a g e

5.4.8 Command Bottle

1 Art Industrial School, Thoothukudi

2 Joe Industries, Nazareth

3 Jeya Engineering & Infrastructure Pvt Ltd,Tuticorin

4 Kasthiyar Industries, Nazareth

5 M.E.INBA ROBERT,Kanyakumari

6 M.M Shibu Engineering Contractor, Vadakangulam

7 Modern Tech Febrication & Engineers, Kanyakumari

8 Raji Engg.Co, Tirunelveli

9 RK Industries, Thoothukudi

5.4.9 Pump

1 SMD Pump & Engineering India PVT LTD

2 Sealing Tech INC

3 M/s SHREE HYDRAULIC ENGINEERS

4 M/s Keerthi Pumps

5 M/s M GOVIND AND SONS

6 M/s Janus Trading Co.

7 M/s WEIR BDK, Hubli

8 M/s Microfinish Valves, Hubli

5.4.10 Pressure Vessel( for Run Tank & Collection Tank)

1 BHARAT HEAVY ELECTRICALS LTD, Delhi

3 Hind High Vacuum Co Pvt Ltd, Bangalore

4 M/s ARF ENGINEERING LTD, Chennai

5 M/s. Sree Ramakrishna Engineering Enterprises,

Vishakhapattnam

Page 195: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

194 | P a g e

6 The Anup Engg Ltd, Gujarat

7 M/s Artson Engg Ltd, Mumbai

8 M/s L & T, Mumbai

9 M/s INOX India Pvt. Ltd., Vadodara

5.4.11 Spray Nozzle

1 M/s SMD PUMP & ENGINEERING INDIA PVT LTD ,

Chennai

2 M/s Spraying Systems (India) Pvt Ltd , Bangalore

3 M/s Spraytech Systems India Private Limited , Mumbai

4 M/s MARK TECHPRO & CONSULTANTS PRIVATE

LIMITED , Chennai

5A. SUB-VENDOR DIRECTORY-INSTRUMENTATION SYSTEM

S.No Items Recommended Vendors/Brands

1 Pressure Transmitters (Absolute & Differential)

Pressure Transmitter: Rosemount, SMAR, YOKOGAWA, HONEYWELL

1.a. Manifold for pressure transmitters

Parker/Swagelok/Anderson/Ham-let/DK-LOK

2 Temperature transmitter Smar, Rosemount,Honeywell

3 RTD Probes Tempsens, Auxitrol, Fabrica

4 Mass flowmeter E+H, Micro motion

4(A) Hart compatible hand

held communicator for

programming the

transmitters.

Global isntruments Grace infotech Nagman instruments & electronics (p) ltd Range enterprises Vantage technologies Fluke technologies pvt.ltd

Page 196: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

195 | P a g e

S.No Items Recommended Vendors/Brands

5 Solenoid valve M/s Asco, Chennai M/s Parker M/s Herion M/s Rotex M/s Thomson 6 Junction boxes 1. Legrand

2. Standard Metal Industries 3. Chemin controls , Pondicherry. 4. M/s Baliga Lighting Equipments

Ltd

5. M/s Flame Proof Equipments Pvt. Ltd

6. M/s. Stahl, Chennai 7. M/s CEAG Flame Proof Control

Gears (P) Ltd

8. M/s FCG Power Industries Pvt. Ltd 9. M/S. EX Protecta 10. M/S. Pepperl+Fuchs Pvt Ltd. 11. Weidmuller

7 PVC cables 1. Delton Cables, New Delhi 2. Paramount communication Ltd., New Delhi 3. NICCO corporation limited, Kolkata 4. Cable Corporation of India, New Delhi 5. CMI LTD, New Delhi 6. Incom Cables 7. Thermo cables Limited,Chennai. 8. Advance Cables, Bangalore 9. Tempsens Instruments Pvt Ltd, Udaipur.

20AWG 2 core armoured cable

20AWG 4 core armoured cable

18AWG 2 core armoured cable

18AWG 64 Core Cable

20AWG 64 Core Cable

18/20 AWG Single core PTFE wire (for internal rack wiring)

8 Cable trays 1. M/s Patny systems, Secundrabad

2. M/s Elcon Instruments, Pune

3. M/s Shruti Industries, Pune 4. M/s JK Enterprises, Chennai 5. M/s. VSL Instruments 6. M/s Sadhana Engineering Corporation 7. M/s Pro fab Engineers 8. M/S Instrument Cable Trays

Accessories for above cable trays

Page 197: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

196 | P a g e

S.No Items Recommended Vendors/Brands

9 Structural materials

10 Isolators Make: Pepperl + Fuchs & MTL Isolators for

transmitters.

Isolators for status

11 Relays Make: Phoenix

12

Power Supply 24V ±10% - 10 A- SMPS (Low ripple)

Make: Phoneix, Weidmuller, Lambda, Kepco

13

Connectors

Weidmuller, Harting, Trehotham, Phoneix

14. Instrumentation double rack

Presidant, Schneider, Rittal

15. Console Adharsha, Pyrotec

16 Power cable Finolex, Poly Cab, V Guard, RR Kabel, Havells, Lapp, Kundan

17 Earth cable Finolex, Poly Cab, V Guard, RR Kabel, Havells, Lapp

18 Terminal block 1. Wago

2. Phoenix

3. ABB

4. Weidmuller

19 Indicators , Switches

&Keys

1.Tyco; 2.Amphenol; 3.Honeywell 4.Swiztec 5. Siemens 6. Alstom

Indicators

Authorization keys

Switches with Indicators

20 MCBs Legrand, Havells

21 PLC based control

system including 3 user

PCs, operating

software, SCADA,

Printer, etc.

Siemens/ GE/ Allen

Bradley/Honeywell/Schneider/B&R/Sigma

tek/ABB/Mitsubishi

Page 198: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

197 | P a g e

S.No Items Recommended Vendors/Brands

22 Guided wave radar

based level sensor

Vega, E+H, Rosemount

23 Instrumentation Works 1.Chemin Controls Pvt ltd, Pondicherry 2. Measurecon Pvt ltd, Chennai

Page 199: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

198 | P a g e

6. GLOSSARY OF ACRONYMS, ABBREVIATIONS AND ICONS

6.1. List of acronyms

Acronym Full form

AC Asbestos Cement

ACCF Automated Continuous Cleaning

AISI American Iron and Steel Institute

ANSI American National Standards Institute

API American Petroleum Institute

ASME American Society of Mechanical Engineers

ASTM American Society of Testing and Materials

BG Bank Guarantee

BIS Bureau of Indian Standards

BOM Bill Of Materials

BS British Standard

BSP British Standard Pipe (thread)

CAD Computer Aided Design

CGA Compressed Gases Association (USA)

CI Cast Iron

CS Cast Steel

CR Control Room

CPM Critical Path Method

CTR Cable Terminal Room

DER Detailed Engineering Review

DG Diesel Generator

DN Diameter Nominal

Page 200: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

199 | P a g e

DP Differential Pressure

EOT Electrically operated Over-head Traveling (crane)

EP Electro-Pneumatic (valve)

ERW Electrical Resistance Welded (pipe)

FAT Final Acceptance Test

FCI Flow Control Institute

FH Fire Hydrant

FIM Free Issue Materials

FSD Full Scale Division

FSO Full Scale Output

FSS Fluid Servicing System

GA General Arrangement (drawing)

GI Galvanised Iron

GN2 Gaseous Nitrogen

GTAW Gas-purged Tungsten Arc Welding

HART Highway Addressable Remote Terminal

ID Inside Diameter

IPA Iso Propyl Alcohol

IS Indian Standard

ISO International Standards Organisation

ISRO Indian Space Research Organisation

LD Liquidated Damages

IPRC Isro Propulsion complex

MAWP Maximum Allowable Working Pressure

MEOP Maximum Expected Operating Pressure

Page 201: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

200 | P a g e

MS Mild Steel

MSL Mean Sea Level

MSLD Mass Spectrometer Leak Detector

MTBF Mean Time Between Failures

NAS National Aerospace Standards (USA)

NC Normally Closed

NDT Non-Destructive Technique

NEC National Electrical Code (USA)

NH National Highway

NO Normally Open

NPT(F) (American) National Pipe Thread Female

NPT(M) (American) National Pipe Thread Male

OD Outside Diameter

OS&Y Outside Screw and Yoke

P&ID Process and Instrumentation Diagram

PBG Performance Bank Guarantee

PCC Plain Cement Concrete

PCE Per Chloro Ethylene

PCTFE Poly Chloro Tri Fluoro Ethylene

PERT Project Evaluation and Review Technique

PID Proportional, Integrative and Derivative (controller)

PN Pressure Nominal

PPM Parts Per Million (by volume unless specified otherwise)

PTFE Poly Tetra Fluoro Ethylene

Page 202: REQUEST FOR PROPOSAL FOR ESTABLISHMENT OF

VOLUME-II

201 | P a g e

PUF Poly Urethane Foam

QAP Quality Assurance Plan

QC Quality Control

RCC Re-inforced Cement Concrete

RF Raised Face

RFP Request For Proposal

RTD Resistance type Temperature Detector

SFD Schematic Flow Diagram

SL Sea Level

SLR Spring-Loaded Regulator

SMAW Shielded Metal Arc Welding

SOV Solenoid Valve

SS Sub-Station

SS Stainless Steel

SWG Standard Wire Gauge

SWL Safe Working Load

Sch Schedule

TC Thermo Couple

TCE Tri Chloro Ethylene

TPI Third Party Inspection (agency)

URL Upper Range Limit

WT Wall Thickness